solicitation, offer, and - usembassy.gov

68

Upload: others

Post on 05-Feb-2022

5 views

Category:

Documents


0 download

TRANSCRIPT

1

SENSITIVE BUT UNCLASSIFIED

SOLICITATION, OFFER, AND

AWARD (Construction, Alteration, or Repair)

1. SOLICITATION NO.

19PK40-20-Q-5040

2. TYPE OF SOLICITATION

SEALED BID (IFB) [x] NEGOTIATED (RFP)

3. DATE ISSUED

June 19, 2020

PAGE OF PAGES

1/69

IMPORTANT - The “offer” section on the reverse must be fully completed by offeror.

4. CONTRACT NO.

5. REQUISITION/PURCHASE REQUEST NO.

PR9099354

6. PROJECT NO. Renovation of USG Properties at Frere Camp,

U.S. Consulate Karachi

7. ISSUED BY CODE

Contracting Officer, GSO-Procurement & Contracting Office

U.S. Consulate General, Karachi Plot 3-5 New TPX Area, Mai Kolachi Karachi, Pakistan

8. ADDRESS OFFER TO

19PK40-20-Q-5040

[email protected]

9. FOR INFORMATION CALL:

A. NAME

Sandra A Castillo

B. TELEPHONE NO. (Include area code) (NO COLLECT CALLS) +92-51-201-5752

SOLICITATION

NOTE: In sealed bid solicitations “offer” and “offeror” mean “bid” and “bidder.”

10. THE GOVERNMENT REQUIRES PERFORMANCE OF THE WORK DESCRIBED IN THESE DOCUMENTS (Title, identifying no., date): TABLE OF CONTENTS

A. Price B. Scope of Work C. Packaging and Marking D. Inspection and Acceptance E. Deliveries/Performance F. Administrative Data G. Special Requirements H. Clauses I. List of Attachments J. Quotation Information K. Evaluation Criteria L. Representations, Certifications, and other Statements of Offerors or Quoters

Attachments Attachment 1: Sample Bank Letter of Guarantee (1 page) Attachment 2: Breakdown of Price by Divisions of Specifications (1 page)

Attachment 3: Scope of Work (SOW)-1 (16 PAGES) and SOW-2 (19 Pages)

11. The Contractor shall begin performance within _10_ calendar days after NTP and complete it within 15 calendar days after

receiving award, notice to proceed. This performance period is mandatory, negotiable. (See _______________.)

12A. THE CONTRACTOR MUST FURNISH ANY REQUIRED PERFORMANCE AND PAYMENT

BONDS? (If “YES,” indicate within how many calendar days after award in Item 12B.)

YES NO

12B. CALENDAR DAYS 10

Days After award

13. ADDITIONAL SOLICITATION REQUIREMENTS:

A. Sealed offers in original and 02 copies to perform the work required are due at the place specified in Item 8 by 1630 (hour) local time on July 15,

2020. If this is a sealed bid solicitation, offers must be publicly opened at that time. Sealed envelopes containing offers shall be marked to show the

offeror’s name and address, the solicitation number, and the date and time offers are due. B. An offer guarantee is, is not required.

C. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation in full text or by reference.

D. Offers providing less than 60 calendar days for Government acceptance after the date offers are due will not be considered and will be rejected.

2

SENSITIVE BUT UNCLASSIFIED

NSN 7540-01-155-3212 1442-101 STANDARD FORM 1442 (REV. 4-85) Computer Generated Prescribed by GSA FAR (48 CFR) 53.236-1(e)

OFFER (Must be fully completed by offeror)

14. NAME AND ADDRESS OF

OFFEROR (Include ZIP Code) 15. TELEPHONE NO. (Include area code)

16. REMITTANCE ADDRESS (Include only if different than Item 14)

CODE FACILITY CODE

17.The offeror agrees to perform the work at the prices specified below in strict accordance with the terms of this solicitation, if this offer is accepted by the Government within _____ calendar days after the date offers are due. (Insert any number equal to or greater than the minimum requirement stated in Item

13D. Failure to insert any number means the offeror accepts the minimum in Item 13D.

19. ACKNOWLEDGMENT OF AMENDMENTS

The offeror acknowledges receipt of amendments to the solicitation -- give number and date of each

AMENDMENT NO.

DATE

20A. NAME AND TITLE OF PERSON AUTHORIZED TO SIGN OFFER (Type or print)

20B. SIGNATURE

20C. OFFER DATE

AWARD (To be completed by Government)

21. ITEMS ACCEPTED:

22. AMOUNT

23. ACCOUNTING AND APPROPRIATION DATA

24. SUBMIT INVOICES TO ADDRESS SHOWN IN (4 copies unless otherwise specified)

ITEM

25. OTHER THAN FULL AND OPEN COMPETITION PURSUANT TO 10 U.S.C. 2304(c)( ) 41 U.S.C. 253(c)( )

26. ADMINISTERED BY CODE Contracting Officer, U.S. Consulate General, Karachi Plot 3-5 New TPX Area, Mai Kolachi

Karachi, Pakistan

GSO 27. PAYMENT WILL BE MADE BY

Fiscal Office U.S. Consulate General, Karachi Plot 3-5 New TPX Area, Mai Kolachi

CONTRACTING OFFICER WILL COMPLETE ITEM 2Karachi, Pakistan

8 OR 29 AS APPLICABLE

28. NEGOTIATED AGREEMENT (Contractor is required to sign this document and return ____ copies to issuing office.) Contractor agrees to furnish and deliver all items or perform all work, requisitions identified on this form and any continuation sheets for the consideration slated in this contract. The rights and obligations of the parties to this contract shall be governed by (a) this contract award, (b) the solicitation, and (c) the clauses, representations,

29. AWARD (Contractor is not required to sign this document.) Your offer

on

3

SENSITIVE BUT UNCLASSIFIED

30A. NAME ANDcertifications, and specif TITLE OF CONTRAications or

incorporated by reference in or attached to CTOR OR PERSON AUTHORIZED

TO SIGN (Type or print)

31A. NAME OF CONTRACTING OFFICER (Type or print)

30B. SIGNATURE

30C. DATE

31B. UNITED STATES OF AMERICA

BY

31C. AWARD DATE

TABLE OF CONTENTS

SF-1442 COVER SHEET

A. PRICE

B. SCOPE OF WORK

C. PACKAGING AND MARKING

D. INSPECTION AND ACCEPTANCE

E. DELIVERIES OR PERFORMANCE

F. ADMINISTRATIVE DATA

G. SPECIAL REQUIREMENTS

H. CLAUSES

I. LIST OF ATTACHMENTS

J. QUOTATION INFORMATION

K. EVALUATION CRITERIA

L. REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS

OF OFFERORS OR QUOTERS

ATTACHMENTS:

Attachment 1: Sample Letter of Bank Guaranty

Attachment 2: Breakdown of Price by Divisions of Specifications Attachment

3: Statement of Work (SOW)-1 and SOW-2

4

SENSITIVE BUT UNCLASSIFIED

REQUEST FOR QUOTATIONS - CONSTRUCTION

A. PRICE

The Contractor shall complete all work, including furnishing all labor, material, equipment and services

required under this purchase order for the following firm fixed price and within the time specified.

This price shall include all labor, materials, all insurances, overhead and profit.

Total Price (including all labor, materials, overhead and profit)

➢ Value Added Tax (VAT). Value Added Tax (VAT) is not applicable to this contract and shall

not be included in the CLIN rates or Invoices because it is not levied in Pakistan.

B. SCOPE OF WORK

The US Consulate Karachi requires services of a qualified contractor for Electric, Plumbing and

AC repair work at DCMR. The contractor shall provide labor, material, equipment, and

supervision to complete the requirements in this statement of work (SOW). Contractors shall

visit site prior to submit the quotation; to evaluate the current condition of the DCMR.

C. PACKAGING AND MARKING

RESERVED

D. INSPECTION AND ACCEPTANCE

The COR, or his/her authorized representatives, will inspect from time to time the services being

performed and the supplies furnished to determine whether work is being performed in a

satisfactory manner, and that all supplies are of acceptable quality and standards.

The Contractor shall be responsible for any countermeasures or corrective action, within the scope

of this contract, which may be required by the Contracting Officer as a result of such inspection.

D.1 SUBSTANTIAL COMPLETION

(a) "Substantial Completion" means the stage in the progress of the work as determined and

certified by the Contracting Officer in writing to the Contractor, on which the work (or a portion

designated by the Government) is sufficiently complete and satisfactory. Substantial completion

means that the property may be occupied or used for the purpose for which it is intended, and

only minor items such as touch-up, adjustments, and minor replacements or installations remain

to be completed or corrected which:

(1) do not interfere with the intended occupancy or utilization of the work, and

5

SENSITIVE BUT UNCLASSIFIED

(2) can be completed or corrected within the time period required for final completion.

(b) The "date of substantial completion" means the date determined by the Contracting Officer or

authorized Government representative as of which substantial completion of the work has been

achieved.

Use and Possession upon Substantial Completion - The Government shall have the right to take

possession of and use the work upon substantial completion. Upon notice by the Contractor that

the work is substantially complete (a Request for Substantial Completion) and an inspection by

the Contracting Officer or an authorized Government representative (including any required

tests), the Contracting Officer shall furnish the Contractor a Certificate of Substantial

Completion. The certificate will be accompanied by a Schedule of Defects listing items of work

remaining to be performed, completed, or corrected before final completion and acceptance. Failure

of the Contracting Officer to list any item of work shall not relieve the Contractor of responsibility

for complying with the terms of the contract. The Government's possession or use upon substantial

completion shall not be deemed an acceptance of any work under the contract.

D.2 FINAL COMPLETION AND ACCEPTANCE

D.2.1 "Final completion and acceptance" means the stage in the progress of the work as

determined by the Contracting Officer and confirmed in writing to the Contractor, at which all

work required under the contract has been completed in a satisfactory manner, subject to the

discovery of defects after final completion, and except for items specifically excluded in the notice

of final acceptance.

D.2.2 The "date of final completion and acceptance" means the date determined by the

Contracting Officer when final completion of the work has been achieved, as indicated by

written notice to the Contractor.

D.2.3 FINAL INSPECTION AND TESTS. The Contractor shall give the Contracting Officer at

least five (5) days advance written notice of the date when the work will be fully completed and

ready for final inspection and tests. Final inspection and tests will be started not later than the

date specified in the notice unless the Contracting Officer determines that the work is not ready

for final inspection and so informs the Contractor.

D.2.4 FINAL ACCEPTANCE. If the Contracting Officer is satisfied that the work under the contract

is complete (with the exception of continuing obligations), the Contracting Officer shall issue to the

Contractor a notice of final acceptance and make final payment upon:

• Satisfactory completion of all required tests,

• A final inspection that all items by the Contracting Officer listed in the Schedule of Defects have

been completed or corrected and that the work is finally complete (subject to the discovery of

defects after final completion), and

• Submittal by the Contractor of all documents and other items required upon completion of the

work, including a final request for payment (Request for Final Acceptance).

E. DELIVERIES OR PERFORMANCE

6

SENSITIVE BUT UNCLASSIFIED

52.211-10 COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK (APR

1984)

The Contractor shall be required to:

(a) Commence work under this contract within Ten (10) calendar days after the date the Contractor

receives the Notice To Proceed (NTP).

(b) Prosecute the work diligently, and,

(c) Complete the entire work ready for use not later than Seventy Five (75) calendar days for the entire

project after issuance of Notice to Proceed.

The time stated for completion shall include final cleanup of the premises and completion of punch

list items.

52.211-12 LIQUIDATED DAMAGES - CONSTRUCTION (SEPT 2000)

(a) If the Contractor fails to complete the work within the time specified in the contract, or

any extension, the Contractor shall pay liquidated damages to the Government in the amount of

PKR 10,000.00 for each calendar day of delay until the work is completed or accepted.

(b) If the Government terminates the Contractor’s right to proceed, liquidated damages will

continue to accrue until the work is completed. These liquidated damages are in addition to

excess costs of repurchase under the Default clause.

CONTRACTOR'S SUBMISSION OF CONSTRUCTION SCHEDULES

(a) The time for submission of the schedules referenced in FAR 52.236-15, "Schedules for

Construction Contracts", paragraph (a), is hereby modified to reflect the due date for submission as

“Ten (10)” calendar days after receipt of an executed contract".

(b) These schedules shall include the time by which shop drawings, product data, samples and

other submittals required by the contract will be submitted for approval.

(c) The Contractor shall revise such schedules (1) to account for the actual progress of the

work, (2) to reflect approved adjustments in the performance schedule, and (3) as required by the

Contracting Officer to achieve coordination with work by the Government and any separate

contractors used by the Government. The Contractor shall submit a schedule, which sequences

work so as to minimize disruption at the job site.

(d) All deliverables shall be in the English language and any system of dimensions (English or

metric) shown shall be consistent with that used in the contract. No extension of time shall be

allowed due to delay by the Government in approving such deliverables if the Contractor has

failed to act promptly and responsively in submitting its deliverables. The Contractor shall

identify each deliverable as required by the contract.

(e) Acceptance of Schedule: When the Government has accepted any time schedule; it shall

be binding upon the Contractor. The completion date is fixed and may be extended only by a

written contract modification signed by the Contracting Officer. Acceptance or approval of any

schedule or revision thereof by the Government shall not:

(1) Extend the completion date or obligate the Government to do so,

7

SENSITIVE BUT UNCLASSIFIED

(2) Constitute acceptance or approval of any delay, or

(3) Excuse the Contractor from or relieve the Contractor of its obligation to maintain the progress of the

work and achieve final completion by the established completion date.

NOTICE OF DELAY

If the Contractor receives a notice of any change in the work, or if any other conditions arise which

are likely to cause or are actually causing delays which the Contractor believes may result in late

completion of the project, the Contractor shall notify the Contracting Officer. The

Contractor’s notice shall state the effect, if any, of such change or other conditions upon the

approved schedule, and shall state in what respects, if any, the relevant schedule or the

completion date should be revised. The Contractor shall give such notice promptly, not more

than ten (10) days after the first event giving rise to the delay or prospective delay. Only the

Contracting Officer may revise the approved time schedule.

NOTICE TO PROCEED

(a) After receiving and accepting any bonds or evidence of insurance, the Contracting

Officer will provide the Contractor a Notice to Proceed. The Contractor must then prosecute the work, commencing and completing performance not later than the time period established

in the contract.

(b) It is possible that the Contracting Officer may elect to issue the Notice to Proceed

before receipt and acceptance of any bonds or evidence of insurance. Issuance of a Notice to

Proceed by the Government before receipt of the required bonds or insurance certificates or

policies shall not be a waiver of the requirement to furnish these documents.

WORKING HOURS

All work shall be performed during 0830 – 1830 hours from Monday through Sunday. Other hours,

if requested by the Contractor, may be approved by the Contracting Officer's

Representative (COR). The Contractor shall give 24 hours in advance to COR who will consider any deviation

from the hours identified above. Changes in work hours, initiated by the Contractor, will not be a cause for a

price increase.

PRECONSTRUCTION CONFERENCE

A preconstruction conference will be held 10 days after contract award at US Consulate General,

Karachi to discuss the schedule, submittals, notice to proceed, mobilization and other important

issues that effect construction progress. See FAR 52.236-26, Preconstruction Conference.

DELIVERABLES - The following items shall be delivered under this contract:

Description Quantity Deliver Date Deliver

To

Section G. Securities/Insurance 10 days after

award

CO

8

SENSITIVE BUT UNCLASSIFIED

Section E. Construction Schedule 1 10 days after

award

COR

Section E. Preconstruction Conference 1 10 days after

award

COR

Section G. Personnel Biographies 1 10 days after

award

COR

Section F. Payment Request 1

Last calendar

day of each

month COR

Section D. Request for Substantial

Completion

1 N/A COR

Section D. Request for Final Acceptance 1

5 days before

inspection COR

Construction Accident Prevention Plan

(CAPP) 1

10 days after

award COR

Material manufacturer's product data sheets

and Material Safety Data Sheets (MSDS) 1

5 days before the

start of the work. COR

F. ADMINISTRATIVE DATA

652.242-70 CONTRACTING OFFICER'S REPRESENTATIVE (COR) (AUG 1999)

(a) The Contracting Officer may designate in writing one or more Government employees, by

name or position title, to act for the Contracting Officer under this contract. Each designee

shall be identified as a Contracting Officer’s Representative (COR). Such designation(s) shall

specify the scope and limitations of the authority so delegated; provided, that the designee

shall not change the terms or conditions of the contract, unless the COR is a warranted

Contracting Officer and this authority is delegated in the designation.

(b) The COR for this contract is Facilities Engineer, US Consulate General, Karachi.

Payment: The Contractor's attention is directed to Section H, 52.232-5, "Payments Under Fixed

Price Construction Contracts". The following elaborates on the information contained in that

clause.

Requests for payment, may be made no more frequently than monthly. Payment requests shall cover

the value of labor and materials completed and in place, including a prorated portion of overhead

and profit.

After receipt of the Contractor's request for payment, and based on an inspection of the work, the

Contracting Officer shall make a determination as to the amount, which is then due. If the Contracting

Officer does not approve payment of the full amount applied for, less the retainage allowed by in

52.232-5, the Contracting Officer shall advise the Contractor as to the reasons.

9

SENSITIVE BUT UNCLASSIFIED

Under the authority of 52.232-27(a), the 14 days period identified in FAR 52.232-27(a)(1)(i)(A) is

hereby changed to 30 days.

Financial Management Officer, U.S Embassy, Diplomatic

Plot 3-5 New TPX Area, Mai Kolachi - Karachi

Invoices can also be sent through email at:

[email protected]

The Contractor shall show Value Added Tax (VAT) as a separate item on invoices submitted for payment.

G. SPECIAL REQUIREMENTS

G.1.0 PERFORMANCE/PAYMENT PROTECTION - The Contractor shall furnish some form of

payment protection as described in 52.228-13 in the amount of 20% of the contract price.

G.1.1 The Contractor shall provide the information required by the paragraph above within ten (10)

calendar days after award. Failure to timely submit the required security may result in rescinding or

termination of the contract by the Government. If the contract is terminated, the Contractor will be

liable for those costs as described in FAR 52.249-10, Default (Fixed-Price Construction), which is

included in this purchase order.

G.1.2 The bonds or alternate performance security shall guarantee the Contractor's execution

and completion of the work within the contract time. This security shall also guarantee the

correction of any defects after completion, the payment of all wages and other amounts payable

by the Contractor under its subcontracts or for labor and materials, and the satisfaction or

removal of any liens or encumbrances placed on the work.

G.1.3 The required securities shall remain in effect in the full amount required until final acceptance

of the project by the Government. Upon final acceptance, the penal sum of the performance security

shall be reduced to 10% of the contract price. The security shall remain in effect for one year after

the date of final completion and acceptance, and the Contractor shall pay any premium required for

the entire period of coverage.

G.2.0 INSURANCE - The Contractor is required by FAR 52.228-5, "Insurance - Work on a

Government Installation" to provide whatever insurance is legally necessary. The Contractor shall

at its own expense provide and maintain during the entire performance period the following

insurance amounts:

G.2.1 GENERAL LIABILITY (includes premises/operations, collapse hazard, products,

completed operations, contractual, independent contractors, broad form property damage,

personal injury):

(1) BODILY INJURY, ON OR OFF THE SITE, IN PKR

Per Occurrence 50,000 PKR

10

SENSITIVE BUT UNCLASSIFIED

Cumulative 250,000 PKR

(2) PROPERTY DAMAGE, ON O R OFF THE SITE, IN PKR

Per Occurrence 50,000 PKR

Cumulative 250,000 PKR

G.2.2 The foregoing types and amounts of insurance are the minimums required. The

Contractor shall obtain any other types of insurance required by local law or that are ordinarily or

customarily obtained in the location of the work. The limit of such insurance shall be as provided

by law or sufficient to meet normal and customary claims.

G.2.3 The Contractor agrees that the Government shall not be responsible for personal injuries or

for damages to any property of the Contractor, its officers, agents, servants, and employees, or

any other person, arising from and incident to the Contractor's performance of this contract. The

Contractor shall hold harmless and indemnify the Government from any and all claims arising

therefrom, except in the instance of gross negligence on the part of the Government.

G.2.4 The Contractor shall obtain adequate insurance for damage to, or theft of, materials and equipment

in insurance coverage for loose transit to the site or in storage on or off the site.

G.2.5 The general liability policy required of the Contractor shall name "the United States of America,

acting by and through the Department of State", as an additional insured with respect to operations

performed under this contract.

G.3.0 DOCUMENT DESCRIPTIONS

G.3.1 SUPPLEMENTAL DOCUMENTS: The Contracting Officer shall furnish from time to

time such detailed drawings and other information as is considered necessary, in the opinion of the

Contracting Officer, to interpret, clarify, supplement, or correct inconsistencies, errors or

omissions in the Contract documents, or to describe minor changes in the work not involving an

increase in the contract price or extension of the contract time. The Contractor shall comply with

the requirements of the supplemental documents, and unless prompt objection is made by the

Contractor within 20 days, their issuance shall not provide for any claim for an increase in the

Contract price or an extension of contract time.

G.3.1.1. RECORD DOCUMENTS. The Contractor shall maintain at the project site:

(1) A current marked set of Contract drawings and specifications indicating all interpretations

and clarification, contract modifications, change orders, or any other departure from the

contract requirements approved by the Contracting Officer; and,

(2) A complete set of record shop drawings, product data, samples and other submittals as

approved by the Contracting Officer.

G.3.1.2 . "As-Built" Documents: After final completion of the work, but before final acceptance

thereof, the Contractor shall provide:

11

SENSITIVE BUT UNCLASSIFIED

1. a complete set of "as-built" drawings, based upon the record set of drawings, marked to

show the details of construction as actually accomplished; and,

2. record shop drawings and other submittals, in the number and form as required by the

specifications.

G.4.0 LAWS AND REGULATIONS - The Contractor shall, without additional expense to the

Government, be responsible for complying with all laws, codes, ordinances, and regulations

applicable to the performance of the work, including those of the host country, and with the lawful

orders of any governmental authority having jurisdiction. Host country authorities may not enter

the construction site without the permission of the Contracting Officer. Unless otherwise directed

by the Contracting Officer, the Contractor shall comply with the more stringent of the

requirements of such laws, regulations, and orders and of the contract. In the event of a conflict

between the contract and such laws, regulations and orders, the Contractor shall promptly advise

the Contracting Officer of the conflict and of the Contractor's proposed course of action for

resolution by the Contracting Officer.

G.4.1 The Contractor shall comply with all local labor laws, regulations, customs, and practices

pertaining to labor, safety, and similar matters, to the extent that such compliance is not

inconsistent with the requirements of this contract.

G.4.2 The Contractor shall give written assurance to the Contracting Officer that all

subcontractors and others performing work on or for the project have obtained all requisite

licenses and permits.

G.4.3 The Contractor shall submit proper documentation and evidence satisfactory to the

Contracting Officer of compliance with this clause.

G.5.0 CONSTRUCTION PERSONNEL - The Contractor shall maintain discipline at the site

and at all times take all reasonable precautions to prevent any unlawful, riotous, or disorderly

conduct by or among those employed at the site. The Contractor shall ensure the preservation of

peace and protection of persons and property in the neighborhood of the project against such

action. The Contracting Officer may require, in writing that the Contractor remove from the work

any employee that the Contracting Officer deems incompetent, careless, insubordinate or

otherwise objectionable, or whose continued employment on the project is deemed by the

Contracting Officer to be contrary to the Government's interests.

G.5.1 If the Contractor has knowledge that any actual or potential labor dispute is delaying or

threatens to delay the timely performance of this contract, the Contractor shall immediately give

notice, including all relevant information, to the Contracting Officer.

G.5.2 After award, the Contractor has ten calendar days to submit to the Contracting Officer a

list of workers and supervisors assigned to this project for the Government to conduct all

necessary security checks. It is anticipated that security checks may take 14 days to perform. For

each individual the list shall include:

Full Name

Place and Date of Birth

Current Address

12

SENSITIVE BUT UNCLASSIFIED

Identification number

Copy of Valid Computerized National Identity Card issued by GOP

NADRA verification of CNIC

Failure to provide any of the above information may be considered grounds for rejection

and/or resubmittal of the application. Once the Government has completed the security screening

and approved the applicants a badge will be provided to the individual for access to the site. This

badge may be revoked at any time due to the falsification of data, or misconduct on site.

G.5.3 The Contractor shall provide an English-speaking supervisor on site at all times. This position

is considered as key personnel under this purchase order.

G.6.0 Materials and Equipment - All materials and equipment incorporated into the work shall be

new and for the purpose intended, unless otherwise specified. All workmanship shall be of good

quality and performed in a skillful manner that will withstand inspection by the Contracting

Officer.

G.7.0 SPECIAL WARRANTIES

G.7.1 Any special warranties that may be required under the contract shall be subject to the

stipulations set forth in 52.246-21, "Warranty of Construction", as long as they are not in conflict.

G.7.2 The Contractor shall obtain and furnish to the Government all information required to make

any subcontractor's, manufacturer's, or supplier's guarantee or warranty legally binding and

effective. The Contractor shall submit both the information and the guarantee or warranty to the

Government in sufficient time to permit the Government to meet any time limit specified in the

guarantee or warranty, but not later than completion and acceptance of all work under this contract.

G.8.0 EQUITABLE ADJUSTMENTS

Any circumstance for which the contract provides an equitable adjustment that causes a change

within the meaning of paragraph (a) of the "Changes" clause shall be treated as a change under

that clause; provided, that the Contractor gives the Contracting Officer prompt written notice

(within 20 days) stating:

(a) the date, circumstances, and applicable contract clause authorizing an equitable adjustment

and

(b) that the Contractor regards the event as a changed condition for which an equitable

adjustment is allowed under the contract

The Contractor shall provide written notice of a differing site condition within 10 calendar days of

occurrence following FAR 52.236-2, Differing Site Conditions.

G.9.0 ZONING APPROVALS AND PERMITS

The Government shall be responsible for:

13

SENSITIVE BUT UNCLASSIFIED

- obtaining proper zoning or other land use control approval for the project

- obtaining the approval of the Contracting Drawings and Specifications

- paying fees due for the foregoing; and,

- for obtaining and paying for the initial building permits.

H. CLAUSES

This contract incorporates one or more clauses by reference, with the same force and effect as if

they were given in full text. Upon request, the Contracting Officer will make their full text

available. Also, the full text of a clause may be accessed electronically at this/these address(es):

http://www.acquisition.gov/far/ or http://farsite.hill.af.mil/vffara.htm. Please note these addresses

are subject to change.

If the Federal Acquisition Regulation (FAR) is not available at the locations indicated above, use

the Department of State Acquisition website at https://www.ecfr.gov/cgi-

bin/textidx?SID=2e978208d0d2aa44fb9502725ecac4e5&mc=true&tpl=/ecfrbrowse/Title48/48ch

apter6.t plto access links to the FAR. You may also use an internet “search engine” (for example,

Google, Yahoo, Excite) to obtain the latest location of the most current FAR.

The following Federal Acquisition Regulation clause(s) is/are incorporated by reference (48 CFR CH.

1):

CLAUSE TITLE AND DATE

52.202-1 DEFINITIONS (NOV 2013)

52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL

(JAN 2011)

52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT

AWARDS (OCT 2018)

52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018)

52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE

(OCT 2018)

52.204-19 INCORPORATION BY REFERENCE OF REPRESENTATIONS AND

CERTIFICATIONS (DEC 2014)

52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN

SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED OR

PROPOSED FOR DEBARMENT (OCT 2015)

52.209-9 UPDATES OF PUBLICLY AVAILABLE INFORMATION REGARDING

RESPONSIBILITY MATTERS (JUL 2013)

52.213-4 TERMS AND CONDITIONS-SIMPLIFIED ACQUISITIONS (OTHER THAN

COMMERCIAL ITEMS) (OCT 2018)

14

SENSITIVE BUT UNCLASSIFIED

52.216-7 ALLOWABLE COST AND PAYMENT (JUN 2013)

52.222-1 NOTICE TO THE GOVERNMENT OF LABOR DISPUTES (FEB 1997)

52.222-19 CHILD LABOR – COOPERATION WITH AUTHORITIES AND REMEDIES

(JAN 2018)

52.222-50 COMBATING TRAFFICKING IN PERSONS (FEB 2009)

52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE

DRIVING (AUG 2011)

52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUNE 2008)

52.225-14 INCONSISTENCY BETWEEN ENGLISH VERSION AND TRANSLATION OF

CONTRACT (FEB 2000)

52.225-19 CONTRACTOR PERSONNEL IN A DESIGNATED OPERATIONAL AREA

OR SUPPORTING A DIPLOMATIC MISSION OUTSIDE THE UNITED

STATES (MAR 2008)

52.228-4 WORKERS’ COMPENSATION AND WAR-HAZARD INSURANCE OVERSEAS

(APR 1984)

52.228-5 INSURANCE - WORK ON A GOVERNMENT INSTALLATION (JAN 1997)

52.228-11 PLEDGES OF ASSETS (JAN 2012)

52.228-13 ALTERNATIVE PAYMENT PROTECTION (JULY 2000)

52.228-14 IRREVOCABLE LETTER OF CREDIT (NOV 2014)

52.229-6 TAXES - FOREIGN FIXED-PRICE CONTRACTS (FEB 2013)

52.229-7 TAXES- FIXED PRICE CONTRACTS WITH FOREIGN GOVERNMENTS

(FEB 2013)

52.232-5 PAYMENTS UNDER FIXED-PRICE CONSTRUCTION CONTRACTS (MAY

2014)

52.232-8 DISCOUNTS FOR PROMPT PAYMENT (FEB 2002)

52.232-11 EXTRAS (APR 1984)

52.232-18 AVAILABILITY OF FUNDS (APR 1984)

52.232-22 LIMITATION OF FUNDS (APR 1984)

15

SENSITIVE BUT UNCLASSIFIED

52.232-25 PROMPT PAYMENT (JULY 2013)

52.232-27 PROMPT PAYMENT FOR CONSTRUCTION CONTRACTS (MAY 2014)

52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER - SYSTEM FOR AWARD

MANAGEMENT (OCT 2018)

52.232-34 PAYMENT BY ELECTRONIC FUNDS TRANSFER – OTHER THAN

SYSTEM FOR AWARD MANAGEMENT (JULY 2013)

52.233-1 DISPUTES (MAY 2014) Alternate I (DEC 1991)

52.233-3 PROTEST AFTER AWARD (AUG 1996)

52.236-2 DIFFERING SITE CONDITIONS (APR 1984)

52.236-3 SITE INVESTIGATION AND CONDITIONS AFFECTING THE WORK

(APR 1984)

52.236-5 MATERIAL AND WORKMANSHIP (APR 1984)

52.236-6 SUPERINTENDENCE BY THE CONTRACTOR (APR 1984)

52.236-7 PERMITS AND RESPONSIBILITIES (NOV 1991)

52.236-8 OTHER CONTRACTS (APR 1984)

52.236-9 PROTECTION OF EXISTING VEGETATION, STRUCTURES, EQUIPMENT,

UTILITIES, AND IMPROVEMENTS (APR 1984)

52.236-10 OPERATIONS AND STORAGE AREAS (APR 1984)

52.236-11 USE AND POSSESSION PRIOR TO COMPLETION (APR 1984)

52.236-12 CLEANING UP (APR 1984)

52.236-13 ACCIDENT PREVENTION (NOV 1991)

52.236-14 AVAILABILITY AND USE OF UTILITY SERVICES (APR 1984)

52.236-15 SCHEDULES FOR CONSTRUCTION CONTRACTS (APR 1984)

52.236-21 SPECIFICATIONS AND DRAWINGS FOR CONSTRUCTION (FEB 1997)

52.236-26 PRECONSTRUCTION CONFERENCE (FEB 1995)

52.242-14 SUSPENSION OF WORK (APR 1984)

16

SENSITIVE BUT UNCLASSIFIED

52.243-4 CHANGES (JUN 2007)

52.243-5 CHANGES AND CHANGED CONDITIONS (APR 1984)

52.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS (AUG 2018)

52.245-2 GOVERNMENT PROPERTY INSTALLATION OPERATION SERVICES

(APR 2012)

52.245-9 USE AND CHARGES (APR 2012)

52.246-12 INSPECTION OF CONSTRUCTION (AUG 1996)

52.246-17 WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUN 2003)

52.246-21 WARRANTY OF CONSTRUCTION (MAR 1994)

52.249-2 TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-

PRICE) (APR 2012) Alternate I (SEPT 1996)

52.249-10 DEFAULT (FIXED-PRICE CONSTRUCTION) (APR 1984)

52.249-14 EXCUSABLE DELAYS (APR 1984)

The following Department of State Acquisition Regulation (DOSAR) clause(s) is/are set forth in full

text:

652.204-70 DEPARTMENT OF STATE PERSONAL IDENTIFICATION CARD

ISSUANCE PROCEDURES (MAY 2011)

(a) The Contractor shall comply with the Department of State (DOS) Personal Identification

Card Issuance Procedures for all employees performing under this contract who require frequent

and continuing access to DOS facilities, or information systems. The Contractor shall insert this

clause in all subcontracts when the subcontractor’s employees will require frequent and

continuing access to DOS facilities, or information systems.

(b) The DOS Personal Identification Card Issuance Procedures may be accessed at

http://www.state.gov/m/ds/rls/rpt/c21664.htm .

(End of clause)

652.229-71 PERSONAL PROPERTY DISPOSITION AT POSTS ABROAD (AUG 1999)

Regulations at 22 CFR Part 136 require that U.S. Government employees and their families do

not profit personally from sales or other transactions with persons who are not themselves

entitled to exemption from import restrictions, duties, or taxes. Should the Contractor experience

importation or tax privileges in a foreign country because of its contractual relationship to the

United States Government, the Contractor shall observe the requirements of 22 CFR Part 136

17

SENSITIVE BUT UNCLASSIFIED

and all policies, rules, and procedures issued by the chief of mission in that foreign country. (End

of clause)

CONTRACTOR IDENTIFICATION (JULY 2008)

Contract performance may require contractor personnel to attend meetings with government personnel

and the public, work within government offices, and/or utilize government email.

Contractor personnel must take the following actions to identify themselves as non-federal employees:

1) Use an e-mail signature block that shows name, the office being supported and company

affiliation (e.g. “John Smith, Office of Human Resources, ACME Corporation Support

Contractor”);

2) Clearly identify themselves and their contractor affiliation in meetings;

3) Identify their contractor affiliation in Departmental e-mail and phone listings whenever contractor

personnel are included in those listings; and

4) Contractor personnel may not utilize Department of State logos or indicia on business cards.

(End of clause)

652.236-70 ADDITIONAL SAFETY MEASURES (OCT 2017)

In addition to the safety/accident prevention requirements of FAR 52.236-13, Accident Prevention

Alternate I, the contractor shall comply with the following additional safety measures.

(a) High Risk Activities. If the project contains any of the following high risk activities, the

contractor shall follow the section in the latest edition, as of the date of the solicitation, of the U.S. Army Corps of Engineers Safety and Health manual, EM 385-1-1, that corresponds to the high risk

activity. Before work may proceed, the contractor must obtain approval from the COR of the written safety plan required by FAR 52.236-13, Accident Prevention Alternate I (see paragraph (f)

below), containing specific hazard mitigation and control techniques.

(1) Scaffolding;

(2) Work at heights above 1.8 meters;

(3) Trenching or other excavation greater than one (1) meter in depth;

(4) Earth-moving equipment and other large vehicles;

(5) Cranes and rigging;

(6) Welding or cutting and other hot work;

(7) Partial or total demolition of a structure;

(8) Temporary wiring, use of portable electric tools, or other recognized electrical hazards.

Temporary wiring and portable electric tools require the use of a ground fault circuit interrupter (GFCI)

in the affected circuits; other electrical hazards may also require the use of a GFCI;

18

SENSITIVE BUT UNCLASSIFIED

(9) Work in confined spaces (limited exits, potential for oxygen less than 19.5 percent or combustible atmosphere, potential for solid or liquid engulfment, or other hazards considered to be immediately

dangerous to life or health such as water tanks, transformer vaults, sewers, cisterns, etc.);

(10) Hazardous materials - a material with a physical or health hazard including but not limited to, flammable, explosive, corrosive, toxic, reactive or unstable, or any operations, which creates any kind of

contamination inside an occupied building such as dust from demolition activities, paints, solvents, etc.;

or

(11) Hazardous noise levels as required in EM 385-1 Section 5B or local standards if more restrictive.

(b) Safety and Health Requirements. The contractor and all subcontractors shall comply with the latest edition of the U.S. Army Corps of Engineers Safety and Health manual EM 385-1-1, or

OSHA 29 CFR parts 1910 or 1926 if no EM 385-1-1 requirements are applicable, and the accepted

contractor’s written safety program.

(c) Mishap Reporting. The contractor is required to report immediately all mishaps to the

COR and the contracting officer. A “mishap” is any event causing injury, disease or illness, death, material loss or property damage, or incident causing environmental contamination. The mishap

reporting requirement shall include fires, explosions, hazardous materials contamination, and other

similar incidents that may threaten people, property, and equipment.

(d) Records. The contractor shall maintain an accurate record on all mishaps incident to work

performed under this contract resulting in death, traumatic injury, occupational disease, or damage to or theft of property, materials, supplies, or equipment. The contractor shall report this data in

the manner prescribed by the contracting officer.

(e) Subcontracts. The contractor shall insert this clause, including this paragraph (e), with

appropriate changes in the designation of the parties, in subcontracts.

(f) Written program. The plan required by paragraph (f)(1) of the clause entitled “Accident Prevention Alternate I” shall be known as the Site Safety and Health Plan (SSHP) and shall address

any activities listed in paragraph (a) of this clause, or as otherwise required by the contracting

officer/COR.

(1) The SSHP shall be submitted at least 10 working days prior to commencing any activity at

the site.

(2) The plan must address developing activity hazard analyses (AHAs) for specific tasks. The AHAs shall define the activities being performed and identify the work sequences, the specific

anticipated hazards, site conditions, equipment, materials, and the control measures to be

implemented to eliminate or reduce each hazard to an acceptable level of risk. Work shall not begin until the AHA for the work activity has been accepted by the COR and discussed with all engaged

in the activity, including the Contractor, subcontractor(s), and Government on-site representatives.

(3) The names of the Competent/Qualified Person(s) required for a particular activity (for example, excavations, scaffolding, fall protection, other activities as specified by EM 385-1-1) shall

be identified and included in the AHA. Proof of their competency/qualification shall be submitted to the contracting officer or COR for acceptance prior to the start of that work activity. The AHA

19

SENSITIVE BUT UNCLASSIFIED

shall be reviewed and modified as necessary to address changing site conditions, operations, or

change of competent/qualified person(s).

(End of clause)

652.242-73 AUTHORIZATION AND PERFORMANCE (AUG 1999)

(a) The Contractor warrants the following:

(1) That is has obtained authorization to operate and do business in the country or countries in

which this contract will be performed;

(2) That is has obtained all necessary licenses and permits required to perform this contract;

and, (3) That it shall comply fully with all laws, decrees, labor standards, and regulations of said

country or countries during the performance of this contract.

(b) If the party actually performing the work will be a subcontractor or joint venture partner,

then such subcontractor or joint venture partner agrees to the requirements of paragraph (a) of this

clause.

(End of clause)

652.243-70 NOTICES (AUG 1999)

Any notice or request relating to this contract given by either party to the other shall be in writing.

Said notice or request shall be mailed or delivered by hand to the other party at the address

provided in the schedule of the contract. All modifications to the contract must be made in

writing by the Contracting Officer.

(End of clause)

20

SENSITIVE BUT UNCLASSIFIED

I. LIST OF ATTACHMENTS

ATTACHMENT

NUMBER DESCRIPTION OF ATTACHMENT

NUMBER OF

PAGES

Attachment 1 Sample Bank Letter of Guaranty 1

Attachment 2 Breakdown of Price by Divisions of Specifications 1

Attachment 3 SOW-1

SOW-2

16

19

21

SENSITIVE BUT UNCLASSIFIED

J. QUOTATION INFORMATION

The Offeror shall include Defense Base Act (DBA) insurance premium costs covering employees.

The offeror may obtain DBA insurance directly from any Department of Labor approved

providers at the DOL website at http://www.dol.gov/owcp/dlhwc/lscarrier.htm

A. QUALIFICATIONS OF OFFERORS

Offerors/quoters must be technically qualified and financially responsible to perform the

work described in this solicitation. At a minimum, each Offeror/Quoter must meet the following

requirements:

(1) Be able to understand written and spoken English;

(2) Have an established business with a permanent address and telephone listing;

(3) Be able to demonstrate prior construction experience with suitable references;

(4) Have the necessary personnel, equipment and financial resources available to perform the

work;

(5) Have all licenses and permits required by local law;

(6) Meet all local insurance requirements;

(7) Have the ability to obtain or to post adequate performance security, such as bonds, irrevocable

letters of credit or guarantees issued by a reputable financial institution; (8) Have no

adverse criminal record; and

(9) Have no political or business affiliation which could be considered contrary to the

interests of the United States.

B. SUBMISSION OF QUOTATIONS

This solicitation is for the performance of the construction services described in SCOPE OF WORK,

and the Attachments which are a part of this request for quotation.

Each quotation must consist of the following:

VOLUME TITLE NUMBER OF

COPIES*

I Standard Form 1442 including a completed Attachment 2,

"BREAKDOWN OF PROPOSAL PRICE BY DIVISIONS OF

SPECIFICATIONS

01

II Performance schedule in the form of a "bar chart" and

Business Management/Technical Proposal 03

22

SENSITIVE BUT UNCLASSIFIED

Submit the complete quotation to the address indicated. If mailed, on Standard Form 18, or if hand-delivered,

use the address set forth below:

RFQ#19PK40-20-Q-5040

CONTRACTING OFFICER

GSO-PROCUREMENT & CONTRACTING UNIT

Plot 3-5, New TPX Area, Mai Kolachi - U.S. Consulate General, Karachi.

If courier service is not operative in the country email to: [email protected]

The Offeror/Quoter shall identify and explain/justify any deviations, exceptions, or conditional

assumptions taken with respect to any of the instructions or requirements of this request for

quotation in the appropriate volume of the offer.

Volume II: Performance schedule and Business Management/Technical Proposal.

(a) Present the performance schedule in the form of a "bar chart" indicating when the various

portions of the work will be commenced and completed within the required schedule. This bar

chart shall be in sufficient detail to clearly show each segregable portion of work and its planned

commencement and completion date.

(b) The Business Management/Technical Proposal shall be in two parts, including the following

information:

Proposed Work Information - Provide the following:

(1) A list of the names, addresses and telephone numbers of the owners, partners, and principal officers

of the Offeror;

(2) The name and address of the Offeror's field superintendent for this project;

(3) A list of the names, addresses, and telephone numbers of subcontractors and principal materials

suppliers to be used on the project, indicating what portions of the work will be performed by

them; and,

Experience and Past Performance - List all contracts and subcontracts your company has held

over the past three years for the same or similar work. Provide the following information for

each contract and subcontract:

(1) Customer's name, address, and telephone numbers of customer's lead contract and technical personnel;

(2) Contract number and type;

(3) Date of the contract award place(s) of performance, and completion dates; Contract dollar value;

(4) Brief description of the work, including responsibilities; and

(5) Any litigation currently in process or occurring within last 5 years.

C. 52.236-27 SITE VISIT (CONSTRUCTION) (FEB 1995)

(a) The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and

Conditions Affecting the Work, will be included in any contract awarded as a result of this

solicitation. Accordingly, offerors or quoters are urged and expected to inspect the site where

the work will be performed.

23

SENSITIVE BUT UNCLASSIFIED

(b) A site visit has been scheduled for July 1, 2020 at 11:00 AM.

(c) Address will be communicated later to interested companies via reply to their expression of

interest through email to below stated addresses.

(d) Maximum of one person from one firm may participate in the site visit/ pre-proposal conference. Interested offerors must provide with full name of participant(s) (as written on NIC), NIC number, vehicle reg number, make model and color. Offerors interested in attending must e-mail on or before June 26, 2020 on the following email address,

[email protected]

D. MAGNITUDE OF CONSTRUCTION PROJECT

It is anticipated that the range in price of this contract will be: Between PKR 10,000,000.00 and

PKR 25,000,000.00

E. LATE QUOTATIONS. Late quotations shall be handled in accordance with FAR.

F. 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)

This contract incorporates the following provisions by reference, with the same force and effect as

if they were given in full text. Upon request, the Contracting Officer will make their full text

available. The offeror is cautioned that the listed provisions may include blocks that must be

completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full

text of those provisions, the offeror may identify the provision by paragraph identifier and

provide the appropriate information with its quotation or offer.

Also, the full text of a solicitation provision may be accessed electronically at:

http://acquisition.gov/far/index.html/ or http://farsite.hill.af.mil/vffara.htm. Please note these addresses are subject to change.

If the Federal Acquisition Regulation (FAR) is not available at the locations indicated above, use

the Department of State Acquisition website at http://www.statebuy.state.gov to access the link to

the FAR, or use of an Internet "search engine" (for example, Google, Yahoo or Excite) is

suggested to obtain the latest location of the most current FAR.

The following Federal Acquisition Regulation provisions are incorporated by reference (48 CFR CH.

1):

PROVISION TITLE AND DATE

52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2018)

52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING

(JUL 2016)

24

SENSITIVE BUT UNCLASSIFIED

52.214-34 SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGE (APR

1991)

52.215-1 INSTRUCTIONS TO OFFERORS--COMPETITIVE ACQUISITION

(JAN 2004)

K. EVALUATION CRITERIA

Award will be made to the lowest priced, acceptable, responsible quoter. The Government reserves

the right to reject quotations that are unreasonably low or high in price.

The Government will determine acceptability by assessing the offeror's compliance with the terms

of the RFQ. The Government will determine responsibility by analyzing whether the apparent

successful quoter complies with the requirements of FAR 9.1, including:

• ability to comply with the required performance period, taking into consideration all existing

commercial and governmental business commitments;

• satisfactory record of integrity and business ethics;

• necessary organization, experience, and skills or the ability to obtain them;

• necessary equipment and facilities or the ability to obtain them; and

• otherwise, qualified and eligible to receive an award under applicable laws and regulations.

SECTION L - REPRESENTATIONS, CERTIFICATIONS AND

OTHER STATEMENTS OF OFFERORS OR QUOTERS

L.1 52.204-3 TAXPAYER IDENTIFICATION (OCT 1998)

(a) Definitions.

"Common parent", as used in this provision, means that corporate entity that owns or

controls an affiliated group of corporations that files its Federal income tax returns on a

consolidated basis, and of which the offeror is a member.

“Taxpayer Identification Number (TIN)", as used in this provision, means the number

required by the IRS to be used by the offeror in reporting income tax and other returns. The

TIN may be either a Social Security Number or an Employer Identification Number.

(b) All offerors must submit the information required in paragraphs (d) through (f) of this

provision in order to comply with debt collection requirements of 31 U.S.C. 7701(c) and

3325 (d), reporting requirements of 26 USC 6041, 6041A, and 6050M and implementing

regulations issued by the Internal Revenue Service (IRS). If the resulting contract is

subject to the reporting requirements described in FAR 4.904, the failure or refusal by the

offeror to furnish the information may result in a 31 percent reduction of payments (c)

otherwise due under the contract.

25

SENSITIVE BUT UNCLASSIFIED

(d) The TIN may be used by the Government to collect and report on any delinquent

amounts arising out of the offeror’s relationship with the Government (3l USC 7701(

c)(3)). If the resulting contract is subject to the payment reporting requirements

described in FAR 4.904, the TIN provided hereunder may be matched with IRS records

to verify the accuracy of the offeror’s TIN.

(e) Taxpayer Identification Number (TIN).

TIN: ____________________________

TIN has been applied for.

TIN is not required because:

Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income

effectively connected with the conduct of a trade or business in the U.S. and does not have an office

or place of business or a fiscal paying agent in the U.S.; Offeror is an agency or instrumentality of

a foreign government; Offeror is an agency or instrumentality of the Federal Government.

(f) Type of Organization.

Sole Proprietorship;

Partnership;

Corporate Entity (not tax exempt);

Corporate Entity (tax exempt);

Government Entity (Federal, State or local);

Foreign Government;

International organization per 26 CFR 1.6049-4; Other _________________________________.

(g) Common Parent.

Offeror is not owned or controlled by a common parent as defined in paragraph (a) of this clause.

Name and TIN of common parent:

Name _____________________________

TIN ______________________________

(End of provision)

52.204-8 Annual Representations and Certifications (OCT 2018)

(a) (1) The North American Industry classification System (NAICS) code for this acquisition is ____________ [insert NAICS code].

(2) The small business size standard is ____________ [insert size standard].

(3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees.

(b) (1) If the provision at 52.204-7, System for Award Management, is included in this solicitation, paragraph (d) of this provision applies.

26

SENSITIVE BUT UNCLASSIFIED

(2) If the provision at 52.204-7, System for Award Management, is not included in this solicitation, and the Offeror has an active registration in the System for Award Management (SAM), the Offeror may choose to use paragraph (d) of this provision instead of completing the corresponding individual representations and certifications in the solicitation. The Offeror shall indicate which option applies by checking one of the following boxes:

[_] (i) Paragraph (d) applies.

[_] (ii) Paragraph (d) does not apply and the offeror has completed the individual representations and certifications in the solicitation.

(c) (1) The following representations or certifications in SAM are applicable to this solicitation as indicated:

(i) 52.203-2, Certificate of Independent Price Determination. This provision applies to solicitations when a firm-fixed-price contract or fixed-price contract with economic price adjustment is contemplated, unless—

(A) The acquisition is to be made under the simplified acquisition procedures in Part 13;

(B) The solicitation is a request for technical proposals under two-step sealed bidding procedures; or

(C) The solicitation is for utility services for which rates are set by law or regulation. (ii) 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions. This provision applies to solicitations expected to exceed $250,000.

(iii) 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements—Representation. This provision applies to all solicitations.

(iv) 52.204-3, Taxpayer Identification. This provision applies to solicitations that do not include the provision at 52.204-7, System for Award Management.

(v) 52.204-5, Women-Owned Business (Other Than Small Business). This provision applies to solicitations that—

(A) Are not set aside for small business concerns;

(B) Exceed the simplified acquisition threshold; and

(C) Are for contracts that will be performed in the United States or its outlying areas.

(vi) 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations— Representation.

27

SENSITIVE BUT UNCLASSIFIED

(vii) 52.209-5; Certification Regarding Responsibility Matters. This provision applies to solicitations where the contract value is expected to exceed the simplified acquisition threshold.

(viii) 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. This provision applies to all solicitations.

(ix) 52.214-14, Place of Performance--Sealed Bidding. This provision applies to invitations for bids except those in which the place of performance is specified by the Government.

(x) 52.215-6, Place of Performance. This provision applies to solicitations unless the place of performance is specified by the Government.

(xi) 52.219-1, Small Business Program Representations (Basic & Alternate I). This provision applies to solicitations when the contract will be performed in the United States or its outlying areas.

(A) The basic provision applies when the solicitations are issued by other than DoD, NASA, and the Coast Guard.

(B) The provision with its Alternate I applies to solicitations issued by DoD, NASA, or the Coast Guard. (xii) 52.219-2, Equal Low Bids. This provision applies to solicitations when contracting by sealed bidding and the contract will be performed in the United States or its outlying areas.

(xiii) 52.222-22, Previous Contracts and Compliance Reports. This provision applies to solicitations that include the clause at 52.222-26, Equal Opportunity.

(xiv) 52.222-25, Affirmative Action Compliance. This provision applies to solicitations, other than those for construction, when the solicitation includes the clause at 52.222-26, Equal Opportunity.

(xv) 52.222-38, Compliance with Veterans' Employment Reporting Requirements. This provision applies to solicitations when it is anticipated the contract award will exceed the simplified acquisition threshold and the contract is not for acquisition of commercial items.

(xvi) 52.223-1, Biobased Product Certification. This provision applies to solicitations that require the delivery or specify the use of USDA-designated items; or include the clause at 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts.

(xvii) 52.223-4, Recovered Material Certification. This provision applies to solicitations that are for, or specify the use of, EPA- designated items.

28

SENSITIVE BUT UNCLASSIFIED

(xviii) 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals—Representation. This provision applies to solicitations that include the clause at 52.204-7.

(xix) 52.225-2, Buy American Certificate. This provision applies to solicitations containing the clause at 52.225-1.

(xx) 52.225-4, Buy American--Free Trade Agreements--Israeli Trade Act Certificate. (Basic, Alternates I, II, and III.) This provision applies to solicitations containing the clause at 52.225- 3.

(A) If the acquisition value is less than $25,000, the basic provision applies.

(B) If the acquisition value is $25,000 or more but is less than $50,000, the provision with its Alternate I applies.

(C) If the acquisition value is $50,000 or more but is less than $80,317, the provision with its Alternate II applies.

(D) If the acquisition value is $80,317 or more but is less than $100,000, the provision with its Alternate III applies.

(xxi) 52.225-6, Trade Agreements Certificate. This provision applies to solicitations containing the clause at 52.225-5. (xxii) 52.225-20, Prohibition on Conducting Restricted Business Operations in Sudan-Certification. This provision applies to all solicitations.

(xxiii) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certification. This provision applies to all solicitations.

(xxiv) 52.226-2, Historically Black College or University and Minority Institution Representation. This provision applies to solicitations for research, studies, supplies, or services of the type normally acquired from higher educational institutions.

(2) The following representations or certifications are applicable as indicated by the Contracting Officer:

[Contracting Officer check as appropriate.]

___ (i) 52.204-17, Ownership or Control of Offeror.

___ (ii) 52.204-20, Predecessor of Offeror.

___ (iii) 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products.

29

SENSITIVE BUT UNCLASSIFIED

___ (iv) 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Certification.

___ (v) 52.222-52 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Certification.

___ (vi) 52.223-9, with its Alternate I, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Alternate I only).

___ (vii) 52.227-6, Royalty Information.

___ (A) Basic.

___ (B) Alternate I.

___ (viii) 52.227-15, Representation of Limited Rights Data and Restricted Computer Software.

(d) The Offeror has completed the annual representations and certifications electronically in SAM accessed through https://www.sam.gov. After reviewing the SAM information, the Offeror verifies by submission of the offer that the representations and certifications currently posted electronically that apply to this solicitation as indicated in paragraph (c) of this provision have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201); except for the changes identified below [offeror to insert changes, identifying change by clause number, title, date]. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer.

FAR Clause Title Date Change

Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on SAM.

(End of Provision)

L.3. 52.225-18 PLACE OF MANUFACTURE (SEPT 2006)

(a) Definitions. As used in this clause—

“ Manufactured end product” means any end product in Federal Supply Classes (FSC)

30

SENSITIVE BUT UNCLASSIFIED

1000-9999, except—

(1) FSC 5510, Lumber and Related Basic Wood Materials;

(2) Federal Supply Group (FSG) 87, Agricultural Supplies;

(3) FSG 88, Live Animals;

(4) FSG 89, Food and Related Consumables;

(5) FSC 9410, Crude Grades of Plant Materials;

(6) FSC 9430, Miscellaneous Crude Animal Products, Inedible;

(7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products;

(8) FSC 9610, Ores;

(9) FSC 9620, Minerals, Natural and Synthetic; and

(10) FSC 9630, Additive Metal Materials.

“Place of manufacture” means the place where an end product is assembled out of

components, or otherwise made or processed from raw materials into the finished product that is to

be provided to the Government. If a product is disassembled and reassembled, the place of

reassembly is not the place of manufacture.

(b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the

end products it expects to provide in response to this solicitation is predominantly—

(1) [ ] In the United States (Check this box if the total anticipated price of offered

end products manufactured in the United States exceeds the total anticipated price of

offered end products manufactured outside the United States); or (2) [ ] Outside the

United States.

(End of provision)

L.4 AUTHORIZED CONTRACTOR ADMINISTRATOR

If the offeror does not fill-in the blanks below, the official who signed the offer will be deemed to

be the offeror's representative for Contract Administration, which includes all matters pertaining

to payments.

Name:

Telephone Number:

Address:

L.5 52.225-20 PROHIBITION ON CONDUCTING RESTRICTED BUSINESS OPERATIONS

IN SUDAN – CERTIFICATION (AUG 2009)

(a) Definitions. As used in this provision—

“Business operations” means engaging in commerce in any form, including by acquiring,

developing, maintaining, owning, selling, possessing, leasing, or operating equipment, facilities,

31

SENSITIVE BUT UNCLASSIFIED

personnel, products, services, personal property, real property, or any other apparatus of business or

commerce.

“Marginalized populations of Sudan” means—

(1) Adversely affected groups in regions authorized to receive assistance under section 8(c) of the

Darfur Peace and Accountability Act (Pub. L. 109-344) (50 U.S.C. 1701 note); and (2)

Marginalized areas in Northern Sudan described in section 4(9) of such Act. “Restricted

business operations” means business operations in Sudan that include power production

activities, mineral extraction activities, oil-related activities, or the production of military

equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007

(Pub. L. 110-174). Restricted business operations do not include business operations that the

person conducting the business can demonstrate—

(1) Are conducted under contract directly and exclusively with the regional government of southern Sudan;

(2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the

Department of the Treasury, or are expressly exempted under Federal law from the requirement to be

conducted under such authorization;

(3) Consist of providing goods or services to marginalized populations of Sudan;

(4) Consist of providing goods or services to an internationally recognized peacekeeping force or

humanitarian organization;

(5) Consist of providing goods or services that are used only to promote health or education; or

(6) Have been voluntarily suspended.

(b) Certification. By submission of its offer, the offeror certifies that it does not conduct any restricted

business operations in Sudan.

(End of provision)

L.6. 52.209-2 PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS

REPRESENTATION (NOV 2015)

(a) Definitions. “Inverted domestic corporation” and “subsidiary” have the meaning given in the clause

of this contract entitled Prohibition on Contracting with Inverted Domestic Corporations (52.209-

10).

(b) Government agencies are not permitted to use appropriated (or otherwise made available) funds for

contracts with either an inverted domestic corporation, or a subsidiary of an inverted domestic

corporation, unless the exception at 9.108-2(b) applies or the requirement is waived in accordance

with the procedures at 9.108-4.

(c) Representation. The Offeror represents that.

(1) It □ is, □ is not an inverted domestic corporation; and

(2) It □ is, □ is not a subsidiary of an inverted domestic corporation.

(End of provision)

32

SENSITIVE BUT UNCLASSIFIED

ATTACHMENT #1 - SAMPLE LETTER OF

BANK GUARANTY

Place [ ]

Date [ ]

Contracting Officer

U.S. Consulate General, Karachi

Plot 3-5, New TPX Area, Mai Kolachi

Letter of Guaranty No. _______

SUBJECT: Performance and Guaranty

The Undersigned, acting as the duly authorized representative of the bank, declares that the bank

hereby guarantees to make payment to the Contracting Officer by check made payable to the

Treasurer of the United States, immediately upon notice, after receipt of a simple written request

from the Contracting Officer, immediately and entirely without any need for the Contracting

Officer to protest or take any legal action or obtain the prior consent of the Contractor to show

any other proof, action, or decision by another authority, up to the sum of [amount equal to 20%

of the contract price in U.S. dollars during the period ending with the date of final acceptance

and 10% of the contract price during contract guaranty period], which represents the deposit

required of the Contractor to guarantee fulfillment of his obligations for the satisfactory,

complete, and timely performance of the said contract [contract number] for [description of

work] at [location of work] in strict compliance with the terms, conditions and specifications of

said contract, entered into between the Government and [name of contractor] of [address of

contractor] on [contract date], plus legal charges of 10% per annum on the amount called due,

calculated on the sixth day following receipt of the Contracting Officer’s written request until the

date of payment.

The undersigned agrees and consents that said contract may be modified by Change Order or

Supplemental Agreement affecting the validity of the guaranty provided, however, that the

amount of this guaranty shall remain unchanged.

The undersigned agrees and consents that the Contracting Officer may make repeated partial

demands on the guaranty up to the total amount of this guaranty, and the bank will promptly honor

each individual demand.

This letter of guaranty shall remain in effect until 3 months after completion of the guaranty

document.

33

SENSITIVE BUT UNCLASSIFIED

ATTACHMENT #2 - UNITED STATES DEPARTMENT OF STATE

BREAKDOWN OF PRICE BY DIVISIONS OF SPECIFICATIONS

(1) DIVISION/DESCRIPTION (2) LABOR (3) MATERIALS (4) OVERHEAD

(5) PROFIT (6) TOTAL

1. General Requirements

2. Site Work

3. Concrete

4. Masonry

5. Metals

6. Wood and Plastic

7. Thermal and Moisture

8. Doors and Windows

9. Finishes

10. Specialties

11. Equipment

12. Furnishings

13. Special Construction

14. Conveying Systems

15. Mechanical

16. Electrical

[Note to Contracting Officer: identify currency]

Allowance Items:

PROPOSAL PRICE:

TOTAL: [Note to Contracting Officer: identify currency]

Alternates (list separately; do not total):

34

SENSITIVE BUT UNCLASSIFIED

ATTACHMENT#03 –

STATEMENT OF WORK AND TECHNICAL REQUIREMENTS

US CONSULATE KARACHI, PAKISTAN

STATEMENT OF WORK-1

For

Frere Compound Renovation

June 2020

35

SENSITIVE BUT UNCLASSIFIED

The project is described as “Renovation of USG Property”. The Contractor shall complete all work

including furnishing all necessary, skilled labor, transportation, materials and supervision. All work will be

performed within firm fixed price and within the time specified.

BACKGROUND

US Consul General Karachi requires to renovate the below USG properties at Frere compound.

1. 2-Golf

SOLUTION

US Consul General Karachi requires to renovate the above USG properties with fixed price contract.

GENERAL CONDITIONS

CO: Contracting Officer

COR: Contracting Officer’s Representative

FM: Facility Manager

RSO: Regional Security Officer

POSHO: Post Occupational Safety and Health Officer

APOSHO: Assistant Post Occupational Safety and Health Officer

1. COR:

A Contracting Officer’s Representative (COR) will be assigned to ensure quality assurance goals are met.

2. Fixed-Price Proposal:

The Contractor shall provide one fixed-priced Proposal for the complete Project that includes every aspect of

the Work. Contractor will be measure and verify quantities needed to complete this project prior to bid

submission.

36

SENSITIVE BUT UNCLASSIFIED

3. Services and Deliverables

Provide the following services and deliverables:

• Direct the scope of the field investigation to validate existing conditions.

• Provide an item wise Cost Proposal to include cost distribution of electrical, mechanical plumbing and paint works.

• Provide Construction Documents (shop drawings) for all work.

o Provide for COR technical review and comment. o Address all COR

comments from the prior submittal.

o Provide Job Hazard Analysis

• 10 days after award, provide a work schedule to the COR for review and approval.

• Provide and replace all plumbing pipes (hot and cold water) and fitting from G.I to PVC schedule 80 hot water.

(Make Hydrocele Canada schedule 80)

• Provide and replace approved quality units of split Air Conditioner.

• Scraping and sanding existing paint and apply 2 coat paint on interior and exterior side (Paint will be provided by

post).

• Contractor is responsible to provide PPEs to their staff including Hard Hats, Safety Googles, Gloves, Ear Plugs,

Face shields, and other related PPE identified in Job Hazard Analysis by

A/POSHO.

• Pakistan Government COVID Guidelines (that applies during/for pre-proposal site conference) to be

followed http://covid.gov.pk/guideline.

• No personnel without COVID PPE allowed on the USG premises. Violation of COVID guidelines may

result in disqualifying the contractor from pre-proposal site conference.

• Personnel with self, family, or close environment COVID symptoms must refrain from coming in for the

site visit. In case symptoms arise after the visit has been scheduled, you may inform contracting office and

we will schedule it for other day and personnel.

• Complete in all respect as per the following specification.

ITEM # DESCRIPTION UNIT Quantity

01 PPR WATER SUPPLY PIPING

Remove all existing plumbing

pipes, Provide and fixing

jointing testing PPR pipe

(Hydrocele Canada schedule 80

or equivalent) for water supply

including specials hanging

system, sockets, tees, elbows,

bends, reducers, plugs, unions

etc. supported on walls or

suspended from ceiling as per

following I.D. diameter.

Complete installation with

37

SENSITIVE BUT UNCLASSIFIED

jointing, fitting painting, testing

complete in all respect as

described in the specification.

a) 4” inch outside (Approximate) RFT 700

b) 1-1/2” inch outside (Approximate) RFT 500

c) 1” inch outside (Approximate) RFT 100

d) ½” inch inside (Approximate) RFT 100

Note: Contractor has to remove

bathroom accessories and refix

them during replacing the

piping works. If any damage to

the tiles or

bathroom fittings and fixture is

done, contractor has to fix that.

Note: If during piping works

any masonry damages occur,

the contractor has to fix it.

02 VALVE

Provide, fixing and testing of

ball valves (Japan/Italy) for 125

psi together of following dia.

With additional material

required for a complete

installation with jointing,

fitting, painting, testing.

Complete in all respect as

described in the specification.

a) 1” inch Nos. 12

b) 2” inch Nos 4

c) 1 ½ “ inch Nos 6

03 UPVC SEWRAGE PIPE

38

SENSITIVE BUT UNCLASSIFIED

Replace all bathroom room

sewerage line and Provide,

fixing and testing in position

UPVC schedule 80 pipes

(Nikasi-dadex/ Verbo/ Turky or

equivalent) push fit type for soil

and waste water pipe as

embedded in floor and on wall

or clamped to wall including

plug, clamps, hanger, (bands,

Y-tee etc.) as per following I.D.

diameter, complete installation

with jointing, fitting, painting,

testing. Complete in all respect

as described in the specification

a) 2” inch (Approximate) for kitchen Sink RFT 40

b) 3” inch (Approximate) RFT 60

c) 4” inch (Approximate) RFT 100

04 FLOOR DRAIN

Providing and fixing floor drain

and roof drains (make Master)

good quality make complete in

all respects or as directed by the

COR

a) 3” inch Nos. 15

05 CLEAN OUT

Providing and fixing UPVC

clean out make master quality

make complete in all respects or

as directed by the COR

a) 3” inch Nos. 10

b) 4” inch Nos. 10

06 PAINT WORK

39

SENSITIVE BUT UNCLASSIFIED

Scrap all existing paint & apply

two coats of plastic emulsion

paint ICI Weather Shield on

vertical and horizontal surface

walls over a primer base and

rubbing the surface with carbora

dam stone, filling the

depression with putty made

with plastron and Belgium

chalk and water / turpentine oil

to manufacturers specifications,

and apply two coats primer base

and two coats paint for all MS

or G.I surfaces, complete in all

respect as per satisfaction of

COR

a) Internal walls and ceiling 2 coats SFT 15000

b) External surface with boundary

wall 2 coats (ICI Weather

Shield)

SFT 13000

c) Doors and windows 2 coats SFT 2000

07 SPLIT AIR CONDITIONER

Removal of existing AC units

and fixing, testing split air

conditioner units (make Daikin)

complete in all respects or as

directed by the COR.

Bracket angle for out unit

should be 5x5x5cm with two

coats primer base and two coats

paint

a) 2 ton Split AC make Daikin Nos. 8

08 ELECTRICAL WORKS

40

SENSITIVE BUT UNCLASSIFIED

a) 1. Remove all existing electrical conduits on the outside wall.

2. Provide new under- ground power

circuit to all Air conditioners and

Geysers.

3. Make provision for the power breaker

for A/C and Geyser on the existing

main panel.

4. Power new power circuit to the guard

post outside.

5. Vendor is responsible to offer test of all

electrical circuits after commissioning. All

circuit breakers would be tested for

proper operation and comply with the

rating.

6. Separate circuit breakers should be used

for all the circuits.

7. Verify that all wires are securely placed

within the boxes to protect them from

damage.

8. Pull all branch circuits and all home runs

to panel. Make sure all wires are properly

identified and color coded.

9. Do no use oversize drilling bits when

drilling.

10. All breakers in the panel shall be clearly

labeled and circuit numbers shall be

provided to all lighting and power circuits.

11. Pull all branch circuits and all home runs

to the panel. Make sure all wires are

properly identified and color coded.

12. All outside switches and receptacles

should be weather- proof.

13. All outside circuit should be GFCI

protected (10mA).

14. Copper conductivity for all the material

will be verified through government

laboratory at the vendor expense.

15. Contractor shall replace all non-working

light bulbs to interior walls and spaces.

16. All panels and metal boxes to be securely

bonded to the grounding system.

b) Grounding and Lightning Protection

41

SENSITIVE BUT UNCLASSIFIED

i) Provision of bore type grounding up to water level

per attached drawing (2.1). A minimum depth of 30

feet will be maintained in any case. (Follow serial

iii) to v) for details. Maintain a minimum resistance

of 5 ohms or below. NFPA 780 latest edition

should be followed.

No 2

ii) Provision of Lightning arrester on rooftop. Follow

NFPA 780 latest edition and serial iii) thru v) for

details.

iii) Supply and installation of Lightning arrester rod 2

feet in height and 0.4 to 0.5 in diameter fixed on

roof parapet wall with all required grounding and

electrical installations and fixing accessories as per

NO 75

site requirement. All materials shall be as required

in NFPA 780.

iv) Supply and installation of Bare coper conductor

95mm2 with all required electrical installations and

accessories as per NFPA 780 latest edition.

Job 2

v) Supply and installation of copper rod 10 feet long

and 1 inch in diameter. Buried in ground with all

required electrical installations and fixing

accessories and as directed by COR.

NO 02

c) Exterior Lighting

i) Supply and installation LED flood light 100W

(IP65 Philips, Color Temperature 4000 to 5000K)

Fixed on roof top with all required fixing

accessories, wiring and Conduiting (Complete in

all respect)

No 12

ii) Supply and installation of wall mount LED light 12

to 16W (IP65 Philips color temperature 4000 to

6000K) fixed on inside boundary wall with all

required fixing accessories (Complete in all

respect)

No 15

iii) Supply and installation of wall LED light with

fixture 12 to 16W (IP65 Philips color temperature

4000 to 6000K) fixed above each entrance door of

the building with fixing accessories, concealed

Conduit wiring complete in all respect.

No 08

iv) Supply and installation of Main gate column LED

light with fixture 12 to 16W (IP65 Philips color

temperature 4000 to 6000K) with all required

fixing accessories, concealed Conduit wiring

complete in all respect.

No 02

d) Air conditioners & Geysers

42

SENSITIVE BUT UNCLASSIFIED

i) Supply and installation of complete electrical

wiring with UPVC conduit schedule 40 laid on

wall surface or buried in ground (Pakistan cable)

cables including weatherproof disconnect switch

30amp beside wall mount each existing Air-

condition with all required electrical installations

and accessories as per site requirement.

*Air Conditioners 04 mm2 12 point

*Geyser 06 mm2 04 point

Job 1

4. Design Criteria:

The Work shall be governed by referenced standards and drawings contained within this Scope of Work.

Notify the COR in the event of conflicting design criteria. In general, the more stringent criteria shall be

applied, subject to COR approval.

The Contractor is responsible for compliance with all design criteria; Work not in compliance shall be

deemed unacceptable.

The Contracting Officer’s Representative shall inspect and approve or reject all materials and equipment

prior to their use.

5. Execution:

The Work shall be executed in a diligent and workmanlike manner in accordance with the negotiated fixed-

price, this Scope of Work, the Project Schedule.

When pursuing the work, the contractor is to take extra care as not to damage existing structures. The

Contractor is responsible for preventing any damage to surrounding properties arising from the Contractors

performance of the work.

Contractor shall be responsible for repairing any damage to adjacent properties as a result of its activities on

the Project Site. If the damage is not repairable, the cost will be calculated by the Facility Manager and

deducted from the payment of the final invoice.

6. Work Hours:

The contractor shall work 6 days a week between the hours of 8:00 AM and 5:00 PM.

Designated labors must be at US Consulate compound at 0800hrs

43

SENSITIVE BUT UNCLASSIFIED

• Must carry original NICs

• Contractors to check-in for clearance at US Consulate Karachi at 0800hrs (8am) and then commence work each day

until the project reaches final completion.

• Break Hour for Friday – 1200-1400hrs

• Break Hour for Monday to Thursday – 1200-1300hrs

If any aspect of this work is deemed by the COR, the FM, the RSO or the POSHO/APOSHO to be

interruptive of normal US Consulate operations, the Consulate security or safety, the contractor shall be

required to perform that portion of the work on Saturdays and Sundays.

7. Safety:

The Contractor shall be responsible for conducting the work in a manner that ensures the safety of employees

and visitors at the US Consulate, and the Contractor’s employees. Safety standards must meet or exceed

current EM 385 US Corps of Engineers Safety and Health Requirements Manual requirements available

online.

The Contractor shall be solely responsible for risk assessments, managing health, and safety issues associated

with this project. Based on hazard assessments, Contractors shall provide or afford each affected employee

personal protective equipment (PPE) that will protect the employee from hazards. At a minimum PPE shall

consist of eye protection, hard hats, and closed steel toe boots. Sandals or athletic shoes are not acceptable.

PPE such as gloves, dust masks, are recommended. These items must be provided at the Contractor’s

expense.

Workers may use discretion if they feel unsafe in using the equipment in a hostile environment.

Any worker at an elevated location above 1.8 meters, with the exception of a portable ladder, will be

provided a safety harness by the Consulate staff for their use.

The contractor must document in the bid for work how the hazard controls will be implemented and

maintained during the project.

The Contractor shall prepare and implement an Activity Hazard Analysis (AHA) prior to the start of work.

The Contactor must have a competent person on-site for inspection of equipment, training workers in the safe

use of equipment and the recognition of hazards related to their use, supervision, and identifying and

correcting unsafe work practices for high hazard work.

All contractor personnel shall wear hard hats, safety glasses, ear-plugs, gloves, close- steel toes boots and

any other Personal Protection Equipment deemed necessary by the Facility Manager.

Safety Training:

• Provide specific training to supervisory personnel and all craft workers of the Contractor and subcontractors in

proper use and care of specific personal protective gear, equipment, and clothing.

• Contractor and subcontractor employees shall be trained and supervised by qualified persons to perform, safely and

confidently, recognized hazardous work operations and work performed with hazardous conditions to which they

have been assigned.

44

SENSITIVE BUT UNCLASSIFIED

8. Workforce:

The contractor shall provide all supervision, skilled and unskilled labor needed to perform the work.

The supervisor shall be on the jobsite at all times.

The Contractor shall be responsible for total integration of effort and control of the works. The Contractor

shall be responsible for planning, monitoring, coordinating, and controlling the works.

The Contractor shall provide a Project Superintendent with a minimum of 5 years professional employment

record of demonstrated performance in comparable work. Project Superintendent shall have experience in all

aspects of work execution.

The contractor shall provide Foremen and other supplemental staff as necessary to perform the work within

the timelines and quality standards specified. Staff shall demonstrate knowledge, skill, and experience with

the construction methods, techniques, and standards required by the contract. Contractor employees shall

have access to the equipment and equipment areas and will be escorted by US Consulate personnel.

The Contractor's employees shall wear clean, neat and complete uniforms when on duty. All employees

shall wear uniforms approved by the Contracting Officer's Representative (COR). The Contractor shall

provide, to each employee and supervisor, uniforms and personal equipment. The Contractor shall be

responsible for the cost of purchasing, cleaning, and repair of the uniforms.

Neglect of duties shall not be condoned. This includes sleeping while on duty, unreasonable delays or

failures to carry out assigned tasks, conducting personal affairs during duty hours and refusing to render

assistance or cooperate in upholding the integrity of the worksite security.

The Contractor shall not condone disorderly conduct, use of abusive or offensive language, quarreling, and

intimidation by words, actions, or fighting. Also included is participation in disruptive activities that

interfere with normal and efficient Government operations.

The Contractor shall not allow its employees while on duty to possess, sell, consume, or be under the

influence of intoxicants, drugs or substances which produce similar effects.

The performance standard is that the Government receives no more than one (1) customer complaint per

month. The COR shall notify the Contracting Officer of the complaints so that the Contracting Officer may

take appropriate action if any of the services exceed the standard. The COR shall, as a minimum, orally

notify the Contractor of any valid complaints.

Repeat customer complaints are not permitted for any services. If a repeat customer complaint is received for

the same deficiency during the service period, the COR will contact the Contracting Officer for appropriate

action under the Inspection clause.

09. Accommodations:

Toilets: The contractor shall utilize toilets on the Frere Compound.

45

SENSITIVE BUT UNCLASSIFIED

Drinking water: The contractor shall also provide an adequate number of drinking water dispensers,

distributed for convenience and efficiency-of-use around the construction areas. Maintain supply of

disposable paper cups at each dispenser at all times.

10. Subcontractors:

Contractor shall be responsible for the conduct and workmanship of Subcontractors engaged in the

Project, and for Subcontractors compliance with the terms of this Statement of Work. The Contractor is

responsible for the behavior and workmanship of Subcontractors while on US Government property.

11. Modification to Contract:

The Contractor shall not incur any costs beyond those described in this SOW unless directed otherwise in

writing by the Contracting Officer.

Any work performed by the Contractor beyond this SOW without written direction from the Contracting

Officer will be at the Contractor’s own risk and at no cost to the US Consulate.

12. Stop Work:

At any time during the Project, the Contracting Officer (CO) reserves the right to Stop Work for protection of

employees or visitors, security, or any other reason at his/her discretion.

13. General Submittals:

The contractor is responsible to submit a hazard control measure plan for the work.

The contractor is also responsible to submit a detailed construction schedule indicating when the various

portions of the work will be commenced and completed within the required schedule in the form of a bar

chart. This bar chart shall be in sufficient detail to include all significant milestones.

The contractor shall provide the detailed qualification of all the key personnel.

The contractor shall provide product data’s and shop drawing for every portion of the project. This includes

but is not limited to: Details on pipes and fitting to be used, Aggregate gradations, Concrete Mix Design,

Steel Reinforcement Specification and Source, Joint Filler and mechanical works.

14. Close-out:

Prior to final acceptance, the COR will conduct a QA/QC inspection to check compliance with the SOW.

15. Housekeeping:

The contractor is responsible to clean up daily. The contractor is responsible to dispose of all dirt, concrete,

stone and construction debris outside of the property before the close of business each day. Any dirt,

concrete, stone and other construction debris may not be piled on the ground. Immediately upon removal, it

46

SENSITIVE BUT UNCLASSIFIED

must be loaded into a truck and disposed of immediately once the vehicle is full. At the end of the day even

partially loaded trucks must be removed from the US Consulate compound and the contents disposed of

properly at authorized dump sites.

The Contractor shall coordinate and supervise the protection, cleaning, and maintenance work at the Project

Site during receipt, handling, storage, installation, curing, and similar stages of construction execution to

affect minimum exposure to hazards by personnel and minimum deterioration to the US Consulate

compound.

16. Notification to proceed:

The contractor shall start the work within 10 days of Notice to Proceed. However, prior to the

commencement of any excavation, the contractor and the COR shall locate and mark any underground water

or electric utilities or other lines which may be present. The contractor is required to provide orange spray

paint to mark the ground.

17. Point of Contact:

The COR shall be the main point of contact for this Project. The Contractor shall report to the COR on (a)

status of the Project, (b) changes in Schedule, (c) accidents and safety issues, (d) disruptions to the property

accessibility; and all other important information pertaining to the Project

18. Contractor’s Representative:

The Contractor shall provide a representative on-site during all working hours with the authority to make all

decisions on behalf of the Contractor and subcontractors.

19. Site Security:

The contractor shall comply with US Consulate Karachi security policy.

The contractor shall prepare list of all the names of personnel working for the contractor and any

subcontractors, with national ID numbers and submit the list to the Facility Manager for vetting of

employees by the RSO at least 30 days prior to commencement of work.

The contractor shall also provide a list of all equipment, listing the manufacturer, model, serial number of all

equipment to be used on this project at least 5 days prior to the commencement of any work. Any vehicles

utilized by the contractor are also considered equipment. The contractor must provide make, year, model

number and license plate number. All vehicles will be inspected prior to entering and prior to leaving the

premises.

The COR will assign a holding area for the equipment. Equipment, other than vehicles, should remain on

site for the duration of the project to avoid having to have a security screening of it each time it enters the

compound.

47

SENSITIVE BUT UNCLASSIFIED

Any vehicle that is leaking oil will be immediately removed from the US Consulate compound.

The contractor must notify the COR in writing at least 24 hours in advance of the pending removal of any

contractor owned equipment.

The contractor is 100% responsible for securing their working materials and equipment. Any damage to

facilities or infrastructure, which happens due to a lack of security, will be the responsibility of the

Contractor to correct at no cost to the U.S. Government.

20. Coordination meetings:

Pre-Construction Conference: The COR shall conduct an initial construction conference on or near the date

of Notification to Proceed. Agenda items shall include a review of the general plans, conditions, procedures,

and requirements as shall be necessary for the effective scheduling and prosecution of the construction work.

Further, all parties shall review security and material delivery requirements, personnel assigned, and contract

communication procedures as have been established for the Project. This meeting shall be scheduled and

conducted at the place agreed to by the COR and the Contractor.

Construction Coordination Meetings: The Contractor and COR will hold weekly construction coordination

meetings to discuss schedule and status of outstanding issues upon request of COR. Weekly coordination

meetings shall commence immediately upon mobilization to the Project Site. All parties shall seek the

expeditious resolution of issues before they become problems. Progress of the work shall be reviewed.

Contractor shall revise, balance, and submit an updated project execution. This review shall be based upon a

subset report of the Project Execution Schedule in which all project execution activities have been entered.

This review shall include:

• Status of continuing activities.

• New activity starts since last meeting.

• Activity planned completion dates.

• Activity interruptions.

• Activity completions.

Activity interruptions should include the reason for the interruption.

An activity will be considered complete only when it has been approved by the COR.

Meeting Minutes: The Contractor shall provide minutes of each meeting held under this contract the next

working day after each construction coordination meeting. The COR will sign the meeting minutes upon

agreeing to their accuracy. Final minutes signed by the COR and the Contractor will be submitted to the

COR no later than two working days after the coordination meeting and shall become part of the final project

record set.

21. Defects in Work:

Where the Contractor’s QC procedures, or those undertaken by or for the USG, disclose patent or latent

defects in the works, the Contractor shall provide corrective actions. The contractor shall seek to repair,

restore, reconstruct, replace, or otherwise correct defects in the works to comply with Contract Document

requirements and criteria. The corrective action shall be acceptable to the COR.

48

SENSITIVE BUT UNCLASSIFIED

Provide re-inspection or re-testing of corrected work, repeat until compliance is achieved.

Neither the required quality control procedure, nor detection of defects, nor correction of defects, nor the re-

inspection or re-testing of corrected work, provides a basis for Contractor's claim for Contract

Modification/Additional Compensation, or request for extension of Contract Time.

22. Delays:

Delays that are found to be caused by the Contractor's actions or inactions shall not be a cause for a time

extension to the contract completion date.

If the Contractor's execution of the works falls behind the accepted Project Execution Schedule, the

Contractor shall take any and all steps necessary within the agreed work period parameters to improve

progress. These attempts at recovery shall incur no additional cost to the USG. The Contractor shall execute

the works diligently and shall seek to complete all works at or before the agreed upon contract completion

date.

23. Site Organization:

The contractor shall have at least one safety monitor / traffic flagman to keep pedestrians out of the work

area.

Install new barricades to delineate the project area.

24. Work execution:

Coordinate all phases and aspects of the works carefully to achieve intended results, including best overall

visual effect. Remove and replace workmanship and/or material that are found to be not in compliance.

In all aspects of the work, fully comply with construction safety and occupational health requirements.

Explosive Actuated Tools are not permitted.

Install each element of project only during weather conditions that will contribute to successful workmanship

and allow for proper curing, protection, and concealment.

The Contractor shall schedule and perform Quality Control services during the work progress.

Upon completion of the work, return all disturbed area (to include lawn) to original conditions.

25. Estimated time of completion

49

SENSITIVE BUT UNCLASSIFIED

26. Drawing 2.1 For Grounding

50

SENSITIVE BUT UNCLASSIFIED

STATEMENT OF WORK (SOW)-2

US CONSULATE KARACHI, PAKISTAN

STATEMENT OF WORK-2

For

Frere Compound Renovation

June 2020

51

SENSITIVE BUT UNCLASSIFIED

The project is described as “Renovation of USG Property”. The Contractor shall complete all work

including furnishing all necessary, skilled labor, transportation, materials and supervision. All work will be

performed within firm fixed price and within the time specified.

BACKGROUND

US Consul General Karachi requires to renovate the below USG properties at Frere compound.

1. 3-Golf

SOLUTION

US Consul General Karachi requires to renovate the above USG properties with fixed price contract.

GENERAL CONDITIONS

CO: Contracting Officer

COR: Contracting Officer’s Representative abutting legacy

FM: Facility Manager

RSO: Regional Security Officer

POSHO: Post Occupational Safety and Health Officer

APOSHO: Assistant Post Occupational Safety and Health Officer

1. COR:

A Contracting Officer’s Representative (COR) will be assigned to ensure quality assurance goals are met.

2. Fixed-Price Proposal:

The Contractor shall provide one fixed-priced Proposal for the complete Project that includes every aspect of

the Work. Contractor will be measure and verify quantities needed to complete this project prior to bid

submission.

3. Services and Deliverables

Provide the following services and deliverables:

• Direct the scope of the field investigation to validate existing conditions.

52

SENSITIVE BUT UNCLASSIFIED

• Provide an item wise Cost Proposal to include cost distribution of electrical, mechanical plumbing and paint works.

• Provide Construction Documents (shop drawings) for all work.

o Provide for COR technical review and comment. o Address all COR

comments from the prior submittal.

o Provide Job Hazard Analysis

• 10 days after award, provide a work schedule to the COR for review and approval.

• Provide and replace all plumbing pipes (hot and cold water) and fitting from G.I to PVC schedule 80 hot water.

(Make Hydrocele Canada schedule 80)

• Provide and replace approved quality units of split Air Conditioner.

• Scraping and sanding existing paint and apply 2 coat paint on interior and exterior side (Paint will be provided by

post).

• Contractor is responsible to provide PPEs to their staff including Hard Hats, Safety Googles, Gloves, Ear Plugs,

Face shields, and other related PPE identified in Job Hazard Analysis by

A/POSHO.

• Pakistan Government COVID Guidelines (that applies during/for pre-proposal site conference) to be

followed http://covid.gov.pk/guideline.

• No personnel without COVID PPE allowed on the USG premises. Violation of COVID guidelines may

result in disqualifying the contractor from pre-proposal site conference.

• Personnel with self, family, or close environment COVID symptoms must refrain from coming in for the

site visit. In case symptoms arise after the visit has been scheduled, you may inform contracting office and

we will schedule it for other day and personnel.

• Complete in all respect as per the following specification.

ITEM # DESCRIPTION UNIT Quantity

01 PPR WATER SUPPLY PIPING

Remove all existing plumbing

pipes, Provide and fixing

jointing testing PPR pipe

(Hydrocele Canada schedule 80

or equivalent) for water supply

including specials hanging

system, sockets, tees, elbows,

bends, reducers, plugs, unions

etc. supported on walls or

suspended from ceiling as per

following I.D. diameter.

Complete installation with

jointing, fitting painting, testing

complete in all respect as

described in the specification.

53

SENSITIVE BUT UNCLASSIFIED

a) 2” inch outside (Approximate) RFT 150

b) 1-1/2” inch outside (Approximate) RFT 1000

c) 1” inch outside (Approximate) RFT 150

d) ½” inch inside (Approximate) RFT 200

02 VALVE

Provide, fixing and testing of

ball valves (Japan/Italy) for 125

psi together of following dia.

With additional material required

for a complete installation with

jointing, fitting, painting, testing.

Complete in all respect as

described in the specification.

a) 1” inch Nos. 12

b) 2” inch Nos 4

c) 1 ½ “ inch Nos 6

03 UPVC SEWRAGE PIPE

Replace all bathroom room

sewerage line and Provide,

fixing and testing in position

UPVC schedule 80 pipes

(Nikasi-dadex/ Verbo/ Turky or

equivalent) push fit type for soil

and waste water pipe as

embedded in floor and on wall or

clamped to wall including plug,

clamps, hanger, (bands, Y-tee

etc.) as per following I.D.

diameter, complete installation

with jointing, fitting, painting,

testing. Complete in all respect

as described in the specification

a) 2” inch (Approximate) for kitchen Sink RFT 80

b) 3” inch (Approximate) RFT 100

c) 6” inch (Approximate) RFT 240

04 FLOOR DRAIN

Providing and fixing floor drain

(make Master) good quality

54

SENSITIVE BUT UNCLASSIFIED

make complete in all respects or

as directed by the COR

a) 3” inch Nos. 12

05 CLEAN OUT

Providing and fixing UPVC

clean out make master quality

make complete in all respects or

as directed by the COR

a) 3” inch Nos. 12

b) 4” inch Nos. 12

06) PROVIDING AND LAYING

OF MAIN SEWERAGE LINE

a) Excavate and lay new 6” sewer

pipes from 3Golf till 3-Mehta

including manhole at every

100 feet.

RFT 400

b) Manhole Nos 4

c) Excavate, remove old line and

lay new 12” sewer pipes from 3-

Mehta till main city line near Old

Club including manhole at every

100 feet.

RFT 400

d) Manholes Nos 3

e) Contractor has to perform road

repairs needed after laying of

new sewer line.

RFT 400

07 PAINT WORK

Scrap all existing paint & apply

two coats of plastic emulsion

paint ICI Weather Shield on

vertical and horizontal surface

walls over a primer base and

rubbing the surface with carbora

dam stone, filling the depression

with putty made with plastron

and Belgium chalk and water /

turpentine oil to manufacturers

specifications, and apply two

coats primer base and two coats

55

SENSITIVE BUT UNCLASSIFIED

paint for all MS or G.I surfaces,

complete in all respect as per

satisfaction of

COR

a) Internal walls and ceiling 2 coats SFT 15000

b) External surface with boundary

wall 2 coats (weather Shield ICI)

SFT 20000

c) Doors and windows 2 coats SFT 2000

08 SPLIT AIR CONDITIONER

Removal of existing AC units

and fixing, testing split air

conditioner units (make Daikin)

complete in all respects or as

directed by the COR.

Bracket angle for out unit should

be 5x5x5cm with two coats

primer base and two coats paint

a) 2 ton Split AC make Daikin Nos. 8

09 ELECTRICAL WORKS

Remove all existing electrical

panels, wiring, wiring circuits,

fixtures, light switches and

power receptacles both inside

and outside and provide

complete new electrical power

distribution system complete in

all respect or as directed by the

COR.

a) Distribution boards

i) Supply and install Main Panel

(three-phases) complete in all

respects. Such as all components

circuit breakers, ground bar &

neutral connection, cover box. etc.

No 1

56

SENSITIVE BUT UNCLASSIFIED

ii) Supply and install Sub main Panels

(three-phases) complete all respects.

Such as all components circuit

breakers, ground bar & neutral

connection, cover box. etc.

No 03

iii) Supply and install Exterior Lighting

control Panel (three-phases)

complete in all respects. Such as all

components circuit breakers,

magnetic contactor, photocell,

ground bar & neutral connection,

cover box. etc.

No 01

b) Exterior Lighting

i) Supply and installation LED flood

light 100W (IP65 Philips, Color

Temperature 4000 to 5000K) Fixed

on roof top with all required fixing

accessories, wiring and Conduiting

(Complete in all respect)

No 12

ii) Supply and installation of wall

mount LED light 12 to 16W (IP65

Philips color temperature 4000 to

6000K) fixed on inside boundary

wall with all required fixing

accessories (Complete in all

respect)

No 24

iii) Supply and installation of wall LED

light with fixture 12 to 16W (IP65

Philips color temperature 4000 to

6000K) fixed above each entrance

door of the building with fixing

accessories, concealed Conduit

wiring complete in all respect.

No 08

iv) Supply and installation of Main gate

column LED light with fixture 12 to

16W (IP65 Philips color

temperature 4000 to 6000K) with

all required fixing accessories,

concealed Conduit wiring complete

in all respect.

No 02

c) Switch Sockets

57

SENSITIVE BUT UNCLASSIFIED

i) Supply and install EUROPEAN "SCHUKO" 16A-

250V

MODULAR CEE 7/3 TYPE F

(EU1-16R) OUTLET,

SHUTTERED CONTACTS,

45mmX45mm SIZE, WALL BOX

MOUNT. WHITE. with all required

electrical installations and

accessories complete in all respect.

No 136

ii) Supply and install EUROPEAN "SCHUKO" 16A-

250V

MODULAR CEE7/3 TYPE F

(EU1-16R) OUTLET WITH

No 12

LIFT LID COVER, SHUTTERED

CONTACTS, IP40 RATED,

45mmX45mm SIZE, WALL BOX

MOUNT.

WHITE with all required electrical

installations and accessories

complete in all respect for all

exterior fittings.

d) Switches

i) Supply and install Switches with

respect all required electrical

installations and accessories,

complete in all respect.

No 220

e) Celling Fans

i) Supply and installation of celling

fans (Pak 56”) fixed on celling with

all required fixing accessories,

complete in all respect.

No 24

f) Interior Lighting for rooms

i) Supply and install wall mounted

LED Fancy light (Philips color

temperature 4000 to 6000K

temperature) with all required

electrical installations and

accessories complete in all respect

or as directed by COR.

No 70

g) Grounding and Lightning Protection

i) Provision of bore type grounding up

to water level per attached drawing

(2.1). A minimum depth of 30 feet

will be maintained in any case.

(Follow serial iii) to v) for details.

Maintain a minimum resistance of 5

No 2

58

SENSITIVE BUT UNCLASSIFIED

ohms or below. NFPA 780 latest

edition should be followed.

ii) Provision of Lightning arrester on

rooftop. Follow NFPA 780 latest

edition and serial iii) thru v) for

details.

iii) Supply and installation of Lightning

arrester rod 2 feet in height and 0.4

to 0.5 in diameter fixed on roof

parapet wall with all required

grounding and electrical

installations and fixing accessories

as per site requirement. All

materials shall be as required in

NFPA 780.

NO 75

iv) Supply and installation of Bare

coper conductor 95mm2 with all

required electrical installations and

accessories as per NFPA 780 latest

edition.

Job 2

v) Supply and installation of copper

rod 10 feet long and 1 inch in

diameter. Buried in ground with all

required electrical installations and

fixing accessories and as directed

by COR.

NO 02

h) Interior Wiring

i) Remove all concealed wiring,

lighting fixture, fans, switches,

socket per site requirement and as

per COR direction.

Job 1

59

SENSITIVE BUT UNCLASSIFIED

ii) Supply and installation of complete electrical wiring

(Pakistan cable) for level 1 and 2. Concealed cables

with all required electrical installations and

accessories as per site requirement.

Wiring gauge detail

*Lighting control circuit. 2.5 mm2

*Switch socket outlet 5Amp. 2.5 mm2

*Power Socket outlet 15Amp 04 mm2

* Laundry room 06 mm2

* GFCI Circuit (10 mA rating) 2.5 mm2

*Kitchen electric oven 10mm2

GFCI needs to be installed with all the electrical

receptacles in close proximity to water within 6 feet

or as directed by the COR.

Job 1

i) Exterior Wiring

i) Remove all open electrical conduit

wiring, lighting fixture, fans,

switches, socket, etc. All exterior

Job 1

ii) Supply and installation of complete

electrical wiring with UPVC

conduit schedule 40 (Pakistan

cable) cables with all required

electrical installations and

accessories complete in all respect

and as directed by the COR. This

also includes structures like guard

room and posts.

Job 1

j) Air conditioners & Geysers

i) Supply and installation of complete electrical wiring

with UPVC conduit schedule 40 laid on wall surface

or buried in ground (Pakistan cable) cables

including weatherproof disconnect switch 30amp

beside wall mount each existing Air-condition with

all required electrical installations and accessories as

per site requirement.

*Air Conditioners 04 mm2 12 point

*Geyser 06 mm2 04 point

Job 1

k) Testing and Commissioning

1. Vendor is responsible to offer test of all

electrical circuits after commissioning. All

circuit breakers would be tested for proper

operation and comply with the rating.

60

SENSITIVE BUT UNCLASSIFIED

2. Separate circuit breakers should be used for

all the circuits.

3. Verify that all wires are securely placed

within the boxes to protect them from

damage.

4. Pull all branch circuits and all home runs to

panel. Make sure all wires are properly

identified and color coded.

5. Do no use oversize drilling bits when

drilling.

6. All breakers in the panel shall be clearly

labeled and circuit numbers shall be

provided to all lighting and power circuits.

7. Pull all branch circuits and all home runs to

the panel. Make sure all wires are properly

identified and color coded.

8. All outside switches and receptacles should

be weather- proof.

9. All outside circuit should be GFCI

protected (10mA).

10. Copper conductivity for all the material will

be verified through government laboratory

at the vendor expense.

11. Contractor shall replace all non-working

light bulbs to interior walls and spaces.

12. All panels and metal boxes to be securely

bonded to the grounding system.

4. Design Criteria:

The Work shall be governed by referenced standards and drawings contained within this Scope of Work.

Notify the COR in the event of conflicting design criteria. In general, the more stringent criteria shall be

applied, subject to COR approval.

The Contractor is responsible for compliance with all design criteria; Work not in compliance shall be

deemed unacceptable.

The Contracting Officer’s Representative shall inspect and approve or reject all materials and equipment

prior to their use.

61

SENSITIVE BUT UNCLASSIFIED

5. Execution:

The Work shall be executed in a diligent and workmanlike manner in accordance with the negotiated fixed-

price, this Scope of Work, the Project Schedule.

When pursuing the work, the contractor is to take extra care as not to damage existing structures. The

Contractor is responsible for preventing any damage to surrounding properties arising from the Contractors

performance of the work.

Contractor shall be responsible for repairing any damage to adjacent properties as a result of its activities on

the Project Site. If the damage is not repairable, the cost will be calculated by the Facility Manager and

deducted from the payment of the final invoice.

6. Work Hours:

The contractor shall work 6 days a week between the hours of 8:00 AM and 5:00 PM.

Designated labors must be at US Consulate compound at 0800hrs

• Must carry original NICs

• Contractors to check-in for clearance at US Consulate Karachi at 0800hrs (8am) and then commence work each day

until the project reaches final completion.

• Break Hour for Friday – 1200-1400hrs

• Break Hour for Monday to Thursday – 1200-1300hrs

If any aspect of this work is deemed by the COR, the FM, the RSO or the POSHO/APOSHO to be

interruptive of normal US Consulate operations, the Consulate security or safety, the contractor shall be

required to perform that portion of the work on Saturdays and Sundays.

7. Safety:

The Contractor shall be responsible for conducting the work in a manner that ensures the safety of employees

and visitors at the US Consulate, and the Contractor’s employees. Safety standards must meet or exceed

current EM 385 US Corps of Engineers Safety and Health Requirements Manual requirements available

online.

The Contractor shall be solely responsible for risk assessments, managing health, and safety issues associated

with this project. Based on hazard assessments, Contractors shall provide or afford each affected employee

personal protective equipment (PPE) that will protect the employee from hazards. At a minimum PPE shall

consist of eye protection, hard hats, and closed steel toe boots. Sandals or athletic shoes are not acceptable.

PPE such as gloves, dust masks, are recommended. These items must be provided at the Contractor’s

expense.

Workers may use discretion if they feel unsafe in using the equipment in a hostile environment.

Any worker at an elevated location above 1.8 meters, with the exception of a portable ladder, will be

provided a safety harness by the Consulate staff for their use.

62

SENSITIVE BUT UNCLASSIFIED

The contractor must document in the bid for work how the hazard controls will be implemented and

maintained during the project.

The Contractor shall prepare and implement an Activity Hazard Analysis (AHA) prior to the start of work.

The Contactor must have a competent person on-site for inspection of equipment, training workers in the safe

use of equipment and the recognition of hazards related to their use, supervision, and identifying and

correcting unsafe work practices for high hazard work.

All contractor personnel shall wear hard hats, safety glasses, ear-plugs, gloves, close- steel toes boots and

any other Personal Protection Equipment deemed necessary by the Facility Manager.

Safety Training:

• Provide specific training to supervisory personnel and all craft workers of the Contractor and subcontractors in

proper use and care of specific personal protective gear, equipment, and clothing.

• Contractor and subcontractor employees shall be trained and supervised by qualified persons to perform, safely and

confidently, recognized hazardous work operations and work performed with hazardous conditions to which they

have been assigned.

8. Workforce:

The contractor shall provide all supervision, skilled and unskilled labor needed to perform the work.

The supervisor shall be on the jobsite at all times.

The Contractor shall be responsible for total integration of effort and control of the works. The Contractor

shall be responsible for planning, monitoring, coordinating, and controlling the works.

The Contractor shall provide a Project Superintendent with a minimum of 5 years professional employment

record of demonstrated performance in comparable work. Project Superintendent shall have experience in all

aspects of work execution.

The contractor shall provide Foremen and other supplemental staff as necessary to perform the work within

the timelines and quality standards specified. Staff shall demonstrate knowledge, skill, and experience with

the construction methods, techniques, and standards required by the contract.

Contractor employees shall have access to the equipment and equipment areas and will be escorted by US

Consulate personnel.

The Contractor's employees shall wear clean, neat and complete uniforms when on duty. All employees

shall wear uniforms approved by the Contracting Officer's Representative (COR). The Contractor shall

provide, to each employee and supervisor, uniforms and personal equipment. The Contractor shall be

responsible for the cost of purchasing, cleaning, and repair of the uniforms.

Neglect of duties shall not be condoned. This includes sleeping while on duty, unreasonable delays or

failures to carry out assigned tasks, conducting personal affairs during duty hours and refusing to render

assistance or cooperate in upholding the integrity of the worksite security.

63

SENSITIVE BUT UNCLASSIFIED

The Contractor shall not condone disorderly conduct, use of abusive or offensive language, quarreling, and

intimidation by words, actions, or fighting. Also included is participation in disruptive activities that

interfere with normal and efficient Government operations.

The Contractor shall not allow its employees while on duty to possess, sell, consume, or be under the

influence of intoxicants, drugs or substances which produce similar effects.

The performance standard is that the Government receives no more than one (1) customer complaint per

month. The COR shall notify the Contracting Officer of the complaints so that the Contracting Officer may

take appropriate action if any of the services exceed the standard. The COR shall, as a minimum, orally

notify the Contractor of any valid complaints.

Repeat customer complaints are not permitted for any services. If a repeat customer complaint is received for

the same deficiency during the service period, the COR will contact the Contracting Officer for appropriate

action under the Inspection clause.

09. Accommodations:

Toilets: The contractor shall utilize toilets on the Frere Compound.

Drinking water: The contractor shall also provide an adequate number of drinking water dispensers,

distributed for convenience and efficiency-of-use around the construction areas. Maintain supply of

disposable paper cups at each dispenser at all times.

10. Subcontractors:

Contractor shall be responsible for the conduct and workmanship of Subcontractors engaged in the

Project, and for Subcontractors compliance with the terms of this Statement of Work. The Contractor is

responsible for the behavior and workmanship of Subcontractors while on US Government property.

11. Modification to Contract:

The Contractor shall not incur any costs beyond those described in this SOW unless directed otherwise in

writing by the Contracting Officer.

Any work performed by the Contractor beyond this SOW without written direction from the Contracting

Officer will be at the Contractor’s own risk and at no cost to the US Consulate.

12. Stop Work:

At any time during the Project, the Contracting Officer (CO) reserves the right to Stop Work for protection of

employees or visitors, security, or any other reason at his/her discretion.

13. General Submittals:

The contractor is responsible to submit a hazard control measure plan for the work.

64

SENSITIVE BUT UNCLASSIFIED

The contractor is also responsible to submit a detailed construction schedule indicating when the various

portions of the work will be commenced and completed within the required schedule in the form of a bar

chart. This bar chart shall be in sufficient detail to include all significant milestones.

The contractor shall provide the detailed qualification of all the key personnel.

The contractor shall provide product data’s and shop drawing for every portion of the project. This includes

but is not limited to: Details on pipes and fitting to be used, Aggregate gradations, Concrete Mix Design,

Steel Reinforcement Specification and Source, Joint Filler and mechanical works.

14. Close-out:

Prior to final acceptance, the COR will conduct a QA/QC inspection to check compliance with the SOW.

15. Housekeeping:

The contractor is responsible to clean up daily. The contractor is responsible to dispose of all dirt, concrete,

stone and construction debris outside of the property before the close of business each day. Any dirt,

concrete, stone and other construction debris may not be piled on the ground. Immediately upon removal, it

must be loaded into a truck and disposed of immediately once the vehicle is full. At the end of the day even

partially loaded trucks must be removed from the US Consulate compound and the contents disposed of

properly at authorized dump sites.

The Contractor shall coordinate and supervise the protection, cleaning, and maintenance work at the

Project Site during receipt, handling, storage, installation, curing, and similar stages of construction

execution to affect minimum exposure to hazards by personnel and minimum deterioration to the US

Consulate compound.

16. Notification to proceed:

The contractor shall start the work within 10 days of Notice to Proceed. However, prior to the

commencement of any excavation, the contractor and the COR shall locate and mark any underground water

or electric utilities or other lines which may be present. The contractor is required to provide orange spray

paint to mark the ground.

17. Point of Contact:

The COR shall be the main point of contact for this Project. The Contractor shall report to the COR on (a)

status of the Project, (b) changes in Schedule, (c) accidents and safety issues, (d) disruptions to the property

accessibility; and all other important information pertaining to the Project

18. Contractor’s Representative:

65

SENSITIVE BUT UNCLASSIFIED

The Contractor shall provide a representative on-site during all working hours with the authority to make all

decisions on behalf of the Contractor and subcontractors.

19. Site Security:

The contractor shall comply with US Consulate Karachi security policy.

The contractor shall prepare list of all the names of personnel working for the contractor and any

subcontractors, with national ID numbers and submit the list to the Facility Manager for vetting of

employees by the RSO at least 30 days prior to commencement of work.

The contractor shall also provide a list of all equipment, listing the manufacturer, model, serial number of all

equipment to be used on this project at least 5 days prior to the commencement of any work. Any vehicles

utilized by the contractor are also considered equipment. The contractor must provide make, year, model

number and license plate number. All vehicles will be inspected prior to entering and prior to leaving the

premises.

The COR will assign a holding area for the equipment. Equipment, other than vehicles, should remain on

site for the duration of the project to avoid having to have a security screening of it each time it enters the

compound.

Any vehicle that is leaking oil will be immediately removed from the US Consulate compound.

The contractor must notify the COR in writing at least 24 hours in advance of the pending removal of any

contractor owned equipment.

The contractor is 100% responsible for securing their working materials and equipment. Any damage to

facilities or infrastructure, which happens due to a lack of security, will be the responsibility of the

Contractor to correct at no cost to the U.S. Government.

20. Coordination meetings:

Pre-Construction Conference: The COR shall conduct an initial construction conference on or near the date

of Notification to Proceed. Agenda items shall include a review of the general plans, conditions, procedures,

and requirements as shall be necessary for the effective scheduling and prosecution of the construction work.

Further, all parties shall review security and material delivery requirements, personnel assigned, and contract

communication procedures as have been established for the Project. This meeting shall be scheduled and

conducted at the place agreed to by the COR and the Contractor.

Construction Coordination Meetings: The Contractor and COR will hold weekly construction coordination

meetings to discuss schedule and status of outstanding issues upon request of COR. Weekly coordination

meetings shall commence immediately upon mobilization to the Project Site. All parties shall seek the

expeditious resolution of issues before they become problems. Progress of the work shall be reviewed.

Contractor shall revise, balance, and submit an updated project execution. This review shall be based upon a

subset report of the Project Execution Schedule in which all project execution activities have been entered.

This review shall include:

• Status of continuing activities.

66

SENSITIVE BUT UNCLASSIFIED

• New activity starts since last meeting.

• Activity planned completion dates.

• Activity interruptions.

• Activity completions.

Activity interruptions should include the reason for the interruption.

An activity will be considered complete only when it has been approved by the COR.

Meeting Minutes: The Contractor shall provide minutes of each meeting held under this contract the next

working day after each construction coordination meeting. The COR will sign the meeting minutes upon

agreeing to their accuracy. Final minutes signed by the COR and the Contractor will be submitted to the

COR no later than two working days after the coordination meeting and shall become part of the final project

record set.

21. Defects in Work:

Where the Contractor’s QC procedures, or those undertaken by or for the USG, disclose patent or latent

defects in the works, the Contractor shall provide corrective actions. The contractor shall seek to repair,

restore, reconstruct, replace, or otherwise correct defects in the works to comply with Contract Document

requirements and criteria. The corrective action shall be acceptable to the COR.

Provide re-inspection or re-testing of corrected work, repeat until compliance is achieved.

Neither the required quality control procedure, nor detection of defects, nor correction of defects, nor the re-

inspection or re-testing of corrected work, provides a basis for Contractor's claim for Contract

Modification/Additional Compensation, or request for extension of Contract Time.

22. Delays:

Delays that are found to be caused by the Contractor's actions or inactions shall not be a cause for a time

extension to the contract completion date.

If the Contractor's execution of the works falls behind the accepted Project Execution Schedule, the

Contractor shall take any and all steps necessary within the agreed work period parameters to improve

progress. These attempts at recovery shall incur no additional cost to the USG. The Contractor shall execute

the works diligently and shall seek to complete all works at or before the agreed upon contract completion

date.

23. Site Organization:

The contractor shall have at least one safety monitor / traffic flagman to keep pedestrians out of the work

area.

Install new barricades to delineate the project area.

24. Work execution:

67

SENSITIVE BUT UNCLASSIFIED

Coordinate all phases and aspects of the works carefully to achieve intended results, including best overall

visual effect. Remove and replace workmanship and/or material that are found to be not in compliance.

In all aspects of the work, fully comply with construction safety and occupational health requirements.

Explosive Actuated Tools are not permitted.

Install each element of project only during weather conditions that will contribute to successful workmanship

and allow for proper curing, protection, and concealment.

The Contractor shall schedule and perform Quality Control services during the work progress.

Upon completion of the work, return all disturbed area (to include lawn) to original conditions.

25. Estimated time of completion

26. Drawing 2.1 For Grounding